SOLICITATION NOTICE
16 -- Future Advanced Combustor Technology (FACT)
- Notice Date
- 3/14/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- Aviation Applied Technology Directorate (AMCOM-CC), ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard, Fort Eustis, VA 23604-5577
- ZIP Code
- 23604-5577
- Solicitation Number
- W911W6-11-R-0008
- Response Due
- 5/3/2011
- Archive Date
- 7/2/2011
- Point of Contact
- Mike Leonard, 757-878-0086
- E-Mail Address
-
Aviation Applied Technology Directorate (AMCOM-CC)
(michael.h.leonard@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. DESCRIPTION: Using the Broad Agency Announcement (BAA) process in accordance with the Federal Acquisition Regulation (FAR) 6.102(d)(2), the Army is soliciting proposals to conduct a research and development effort to further advances in turboshaft engine combustion technologies for use in current and future rotorcraft. Offerors shall submit proposals conforming to the guidelines stated in this announcement. This BAA constitutes the total solicitation for this research and development effort. There will be no other solicitations or announcements issued in regards to this effort. INTRODUCTION: The Army is anticipating the development of new centerline turboshaft engines, as well as upgrades to current engines, for use in current and Future Force rotorcraft. In order to meet range and lift requirements of the Future Force, these new and improved engines need to provide significantly increased power to weight ratio and reduced specific fuel consumption, while addressing affordability and life/durability. In order to meet the aggressive goals of these future engines, significant advancement in combustion systems technology will be required. The aggressive performance requirements that must be addressed by Future Force engines dictate a need for significantly increased temperatures and pressures with no compromise in component lives and durability. Improved affordability of these advanced designs is also needed. These conditions create significant challenges for the individual combustion system components within the turboshaft engine. Therefore, the objective of this announcement is to develop and validate critical advanced combustion system technologies that improve the performance, life/durability, and affordability necessary to enable Future Force turboshaft engines to meet the warfighter needs. Offeror must substantiate the engine level performance, cost and life/durability gains achievable with the proposed technologies relative to a representative turboshaft engine design that is relevant to future Army aviation systems or demonstrator programs such as the Advanced Affordable Turbine Engine (AATE) and Future Affordable Turbine Engine (FATE) Programs. This program seeks to advance the Technology Readiness Level (TRL) of candidate advanced combustor systems technologies from a TRL 2 to a TRL 4. TRL 2 is defined as developing the technology concept and/or application, while TRL 4 is defined as having completed component validation in a lab environment. REQUIREMENTS: 1. Technical Description: It is the Government's desire to conduct a technology development effort focused on advanced combustion systems technologies for current and Future Force turboshaft engines. The offeror shall define the anticipated combustor configuration and performance characteristics consistent with the goals identified below. The combustor design shall be substantiated to achieve the following: Combustor Exit Temperature (T4) (value to be provided upon request) 0.15 Pattern Factor 0.06 Radial Profile Factor at 50-70% Root-to-tip Span 30% weight reduction (relative to year 2000 state of the art) 6,000 hours and 15,000 cycles (cold parts)/7,500 cycles (liners) before crack initiation life goals The offeror shall substantiate the current state-of-the-art relative to the above goals and for any other relevant technology measurement parameters. The offeror shall then substantiate the expected improvements in these parameters (over the state-of-the-art) provided by incorporation of the proposed technologies into the combustor design. The offeror shall substantiate the potential payoffs from incorporation of the proposed combustor technologies into current and Future Force engines. The offeror shall design, fabricate, and perform validation testing of the proposed combustor technologies considered critical to combustor goal achievement. Validation testing shall be conducted at the bench and/or rig level in an environment that simulates notional engine operational conditions and shall be performed to validate aerodynamic, thermal, and/or mechanical performance. The Future Advanced Combustor Technology program will be an integral part of the DoD/NASA/DOE Versatile Affordable Advanced Turbine Engine (VAATE) program. Although a Government approved Advanced Turbo Propulsion Plan (ATPP) will eventually be required for any successful Offerors, such a plan is not required in order to be eligible for an award under this solicitation. 2. Deliverable Items: All agreements will require delivery of the following items: (1) Program Plan (delivered 45 days after contract award), (2) Design Review Briefing Charts, (3) Test Plans, (4) Quarterly Progress, Cost and Performance Reports, (5) Final Report, (6) Final Briefing (Note: Each of these items shall be delivered in Contractor's format) 3. Security Requirements: This effort will likely generate technical data that is subject to export control laws and regulations. Only those offerors registered and certified with the Defense Logistics Services Center (DLSC) and that have a legitimate business purpose may participate in this Broad Agency Announcement. Contact the Defense Logistics Services Center, 74 Washington Avenue N., Battle Creek, Michigan 40917-3084 (1-800-352-3572) for further information on the certification process. Offerors must submit a copy of the offeror's approved DD Form 2345, Militarily Critical Technical Data Agreement, with its proposal. Those offerors considered to be under foreign ownership, control, or influence (FOCI) must have a Defense Security Service (DSS) approved Special Security Agreement (SSA) or other approved mitigation plan prior to submission of offers, see National Industrial Security Procedures Operating Manual (NISPOM), Department of Defense (DoD) Manual 5220.22-M, Chapter 2, Section 3. The Government does not anticipate the generation of classified data as part of this effort. Additional information needed by the offerors during proposal preparation will be provided upon request from the contract specialist, Mr. Michael Leonard, 757-878-0086. A Form 2345 must be filled out by the offeror and submitted to Mr. Michael Leonard to gain access to the export controlled information. The following information will be provided upon request when the proper paperwork and request have been submitted: Value of Combustor Exit Temperature (T4) goal. 4. Other Special Requirements: None ADDITIONAL INFORMATION: 1. Anticipated Period of Performance: 39 Months Total (36 technical and 3 for Data/Final Report) 2. Expected Award Date: August 2011 3. Available Government Funds: Government Share = $1,500,000 (Distribution FY11/12-$500K, FY13-$500K, FY14-$500K). Government cost estimate indicates a single viable program can be done without industry cost share. Industry cost share will provide opportunity for enhanced programs. 4. Government Furnished Property: None 5. Type of Funding Instrument: The Government prefers offerors propose a Technology Investment Agreement (TIA) (Cooperative Agreement under 10 U.S.C 2358), which is more flexible than traditional Government funding instruments. This does not preclude other funding instruments from being used. A variety of funding instruments are available pursuant to this announcement depending upon the proposed effort, the entity submitting the successful proposal(s), and statutory and regulatory requirements the Government must satisfy. Such instruments include conventional Cost-Plus-Fixed-Fee (CPFF) contracts subject to the Federal Acquisition Regulation, as supplemented. Other Transaction (OT) for Research (10 U.S.C. 2371) is also an acceptable funding instrument. Parties proposing TIAs must provide at least half of the costs of the project to the maximum extent practicable. This is a statutory condition for those TIAs under the authority of 10 U.S.C. 2371, and is a matter of DoD policy for all other TIAs. The purpose of the cost share is to ensure the recipient has a vested interest in the project's success. Cost participation may be in the form of cash or in-kind contributions, where cash is considered of significantly higher quality in demonstrating commitment to the project. Cost participation will be considered in accordance with the DoD Grant and Agreement Regulations, DoD 3210.6-R paragraph 34.13 (Cooperative Agreement) (but also see paragraph 37.530 pertaining to Other Transactions for Research) accessible at the following link: http://www.dtic.mil/whs/directives/corres/pdf/321006r34p.pdf. The type of funding instrument is a subject for negotiation, but the offeror's desire shall be clearly stated in the cost proposal. 6. Size Status: Due to complexity and technical considerations of this program, this BAA is not set-aside for small businesses. 7. Late Proposals: Late proposals will be handled in accordance with FAR 52.215-1(c), "Instructions to Offerors - Competitive Acquisition" PROPOSAL PREPARATION INSTRUCTIONS 1. General: Six (6) paper copies of the proposal shall be delivered to AATD Contracting Division. One reproducible copy shall be electronic in PDF format. 2. Cost Proposal: The cost proposal shall include the following: a) A funding profile of cost and man-hours by month totaled by Government fiscal year for each task and the total program; b) Cost at the total program level showing all cost elements by cost category (including applicable rates and factors) by year (calendar or contractor year used to develop proposed rates and factors). c) Present all costs by cost category by separate individual tasks (i.e., Design, Fabrication, Testing, Management and Reporting) by Government fiscal year in order to facilitate selection and potential award of individual parts of the proposed effort and d) display cost share for each Government fiscal year. Subcontractor/subrecipient proposals, if applicable, including pricing rate details, shall be provided concurrent with the offeror's submission of its proposal. Subcontractor/subrecipient proposals may be provided directly to the Government to protect proprietary cost data. Any resulting agreement value will exclude recipient's "sunk" costs of prior research as cost match. Only additional resources that will be provided by the recipient to carry out the current project will be counted towards an offeror's proposed cost share. The cost proposal shall not contain overflow of information suited for the technical proposal. Any technical information in the cost proposal will not be evaluated. In the case of any conflict between the technical and cost proposals, cost information in the cost proposal will take precedence. Proposals must be submitted in original and five (5) copies. You are encouraged to submit cost proposals on electronic media using Microsoft Excel 2007 or compatible. Electronic cost data submission does not relieve the offeror from the responsibility for submission of an original signed hard copy of the cost proposal along with all supporting rationale. 3. Technical Proposal: The technical proposal shall provide a clear justification for the selection of the proposed advanced combustion systems technology. The justification/rational supporting the proposed technology shall be based upon the potential contribution of this technology to current and Future Force turboshaft engines. The offeror shall define the anticipated combustor configuration and performance characteristics that satisfy the quantitative goals identified in the Technical Description section above. The offeror shall substantiate the current state-of-the-art relative to these goals and for any other relevant technology measurement parameters. The offeror shall then substantiate the expected improvements in these parameters (over the state-of-the-art) provided by incorporation of the proposed technologies into the combustor design. The proposal shall include a Statement of Work (SOW) that utilizes the following general task outline: 1) Task I - Design; 2) Task II - Fabrication; 3) Task III - Validation Testing; and Task IV - Management and Reporting. The technical proposal shall also include a clear statement of the program objectives and the specific approach to be pursued and supporting background experience. It shall also contain program milestones, a brief biographical section describing key personnel, a brief description of the facilities/capabilities to be employed in the effort, and a program management section. The offeror will also identify how the proposed propulsion technology is integral to its ongoing efforts to develop or support an Advanced Turbo Propulsion Plan (ATPP) for VAATE. 4. Page Limitations: The technical proposal shall be limited to 30 pages, exclusive of title page, section dividers, table of contents, list of figures/tables, glossary of terms, key personnel bios, and cross-referencing indices. The evaluators will read only up to the maximum number of pages specified. Submission shall be limited to the number of pages specified, total inclusive of any drawings, charts, etc. Type shall be no smaller than a font size of ten (10) and shall be at least single spaced (applies to body text, tables, and figures). Page size shall not exceed 8 " x 11" and margins shall be a minimum of 1". Fold-out illustrations required for reader ease are allowed, however, illustration shall be counted in 8 " x 11" increments (e.g., an 11" x 17" document will count as two pages). EVALUATION CRITERIA/BASIS FOR AWARD: Evaluation criteria are stated below with the following order of importance: 1) and 2) are equal and significantly more important than 3), 4), and 5) which are equal. 1. The extent to which the proposed component configuration / technologies satisfy the Army research objectives and goals by use of innovative, creative, efficient, and affordable solutions. 2. The merit of the Offeror's proposed approach to accomplish the scientific and technical objectives. This includes the reasonableness of the proposed work plan, schedule, and program risk for achieving the program goals / objectives. 3. The availability, experience and qualifications of the scientists, engineers, technicians and other proposed personnel. 4. The suitability and availability of proposed facilities. 5. Realism of the proposed man-hours, materials and other costs to accomplish the proposed effort. Whether costs reflect a clear understanding of the program requirements and are reasonable & consistent with the various elements of the Offeror's technical proposal. Any proposed cost share will be evaluated for its benefit in reducing program risk, achieving program objectives, and furthering the state-of-the-art. The amount of cost sharing percentage could result in greater evaluation credit. Cost to the Government is also an important consideration. The Government reserves the right to fund all, some, or none of the proposals submitted. The Government may elect to fund only part of any or all proposals; and may incrementally fund any or all awards under this effort. All awards are subject to the availability of funds.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/bf01d6ce6906b33d52e6467cb5367a83)
- Place of Performance
- Address: Aviation Applied Technology Directorate (AMCOM-CC) ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard Fort Eustis VA
- Zip Code: 23604-5577
- Zip Code: 23604-5577
- Record
- SN02399910-W 20110316/110314234156-bf01d6ce6906b33d52e6467cb5367a83 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |