SOLICITATION NOTICE
16 -- Advanced Variable Speed Power Turbine
- Notice Date
- 2/6/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- ACC-RSA-AATD - (SPS), ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard, Fort Eustis, VA 23604-5577
- ZIP Code
- 23604-5577
- Solicitation Number
- W911W6-12-R-0017
- Response Due
- 3/22/2012
- Archive Date
- 5/21/2012
- Point of Contact
- Genie S. Williams, 7578784078
- E-Mail Address
-
ACC-RSA-AATD - (SPS)
(genie.s.williams@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 technical and cost proposals to conduct a research and development effort to further advances in turboshaft engine variable speed power turbine 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/or improved engines need to provide significantly increased power to weight ratio and reduced specific fuel consumption, while addressing affordability and life/durability. Advanced variable speed power turbine technology will be a key enabler for future turboshaft engines to meet the demands of Future Force rotorcraft. The future mission requirements for Army rotorcraft are the driving force behind the development of Future Force rotorcraft. The Army is currently participating in the Joint Multi-Role (JMR) vehicle study, which will yield various future rotorcraft configurations of interest to the Army. These concepts are considering rotorcraft configurations that include, but are not limited to, optimum speed rotors, tilt rotors, compound rotor designs, etc. Mission requirements for Future Force rotorcraft are still in development. Possible missions may include operating in hover at sea level to around 10,000 ft altitudes in hot weather and cruising at altitudes possibly up to 25,000 ft. Small Future Force rotorcraft missions might include hot day hover up to around 10,000 ft and cruise up to around 15,000 ft. Medium/Large Future Force rotorcraft missions might include hot day hover up to around 10,000 ft and cruise up to around 25,000 ft. With such a wide array of missions being considered for Future Force rotorcraft, a robust power plant design is necessary so as to meet the versatile requirements. For the Current and Future Force rotorcraft to be able to meet their aggressive mission profiles, turboshaft engine designs will need a significant technological advancement to provide the needed performance capability. One critical technology need area is in advanced variable speed power turbine design. Current state-of-the-art power turbines operate in the 95-105% speed range, operating to a fixed 100% speed for normal operation. For certain aircraft configurations, future power turbine designs will need to be robust enough to allow for optimized power turbine speed in the range of 55-105%. A robust power turbine design, capable of 55-105% speed operation at high efficiency levels, will provide a versatile power system design compatible with tilt rotor aircraft and rotorcraft with an optimum speed rotor system, just some of the technology being considered in Future Force rotorcraft configurations such as JMR. Therefore, the objective of this announcement is to develop and validate critical advanced variable speed power turbine technology that improves performance, life/durability, and affordability necessary to enable Future Force turboshaft engines to meet the emerging war fighter needs. Offeror must substantiate ability to achieve the power turbine efficiency and life goals while optimizing cost, weight and durability characteristics with the proposed technologies relative to an Army relevant turboshaft engine design for future Army rotorcraft systems or technology demonstrator programs such as the Advanced Affordable Turbine Engine (AATE) and Future Affordable Turbine Engine (FATE) programs. This effort will mature the proposed advanced variable speed turbine technology from a Technology Readiness Level (TRL) 2 to a TRL 4. TRL 2 is defined as developing technology concept and/or application, while TRL 4 is defined as completing component validation in a laboratory environment. REQUIREMENTS: Technical Description: It is the Government's desire to conduct a technology development effort focused on advanced variable speed power turbine technologies for Current and Future Force turboshaft engines. The offeror shall define the anticipated variable speed power turbine configuration and performance characteristics consistent with the goals identified below. The variable speed power turbine design shall be substantiated to achieve the following: For Medium/Large Engine Class (2,000 shp 10,000): Power turbine output speed range: 55% NPT 105% Cruise at 25,000 ft ISA: Power turbine adiabatic efficiency at Maximum Continuous Power (MCP) rated temperature, 55% NPT: 90% Take-Off/ Hover at Sea Level Standard Day: Power turbine adiabatic efficiency at Maximum Rated Power (MRP) rated temperature, 100% NPT: 92% Life 6,000 hours, Low Cycle Fatigue 15,000 cycles for cold parts and 7,500 cycles for turbine blades (cycles to crack initiation) For Small Engine Class (500 shp 2,000): Power turbine output speed range: 55% NPT 105% Cruise at 15,000 ft ISA: Power turbine adiabatic efficiency at Maximum Continuous Power (MCP) rated temperature, 55% NPT: 89% Take-Off/ Hover at Sea Level Standard Day: Power turbine adiabatic efficiency at Maximum Rated Power (MRP) rated temperature, 100% NPT: 91% Life 6,000 hours, Low Cycle Fatigue 15,000 cycles for cold parts and 7,500 cycles for turbine blades (cycles to crack initiation) Note: The offeror shall use a constant T4.1 temperature rating structure for all altitude / temperature conditions except when limited by fuel flow, compressor aerodynamics, or torque limits. Lifing Notes/ Ground Rules: Maximum Rated Power is a 10 minute rating Intermediate Rated Power (IRP) is defined as a 30 minute rating Maximum Continuous Power temperature rating is defined as the temperature needed to deliver 85% of Max Rated Power at SLS Conditions Contingency Power is a 2.5 minute rating. Life is based on: minus 3 sigma material properties, 4000 ft. 95F operating conditions, and usage spectrum and LCF cycle definition provided below: Structural Life. The engine and all components will be designed with a minimum life of 6000 hours using the following usage spectrum: Power Condition% Time Contingency 0.1 Maximum 2 Intermediate 7 Maximum Continuous (MCP) 45.9 60 percent MCP 20 40 percent MCP 20 Idle 5 Low Cycle Fatigue (LCF) Life. All parts will be designed for a LCF life of 15,000 cycles (based on crack initiation) or greater with the exception of turbine blades. Turbine blades will be designed for a LCF life of 7,500 cycles or greater based on crack initiation. A single LCF cycle is defined as follows: ApproximateApproximate Total TimeSchedule Time (Minute) (Minute)Event 0.50.5Start Engine 2.52.0Run at Idle 2.60.1Accelerate to maximum power 5.12.5Run at maximum power 5.20.1Decelerate to Idle 8.23.0Run at Idle 8.30.1Accelerate to max continuous power 10.82.5Run at maximum continuous 10.90.1Decelerate to Idle 12.92.0Run at Idle 15.02.1Shut down and cool down 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 baseline) provided by incorporation of the proposed technologies into the variable speed power turbine design. The offeror shall substantiate impacts of integrating the proposed variable speed power turbine technology into target baseline engine system configuration to include, but not limited to: rotor dynamics, aero-mechanics (HCF), residual thrust, exhaust losses, and bleed flow demands. The offeror shall substantiate the potential payoffs from incorporation of the proposed variable speed power turbine technologies into Current and Future Force engines. The offeror shall design, fabricate, and perform validation testing of the proposed variable speed power turbine technologies considered critical to goal achievement. Validation testing of the variable speed power turbine, should include, to the maximum extent practicable, all stages and exit guide vanes necessary for full engine operation. Validation testing shall be conducted at the rig level in an environment that simulates notional engine operational conditions and shall be performed to validate aerodynamic performance and life characteristics. The rig environment shall be versatile enough so as to accommodate testing across the full power turbine speed and power level spectrums. Rig testing shall demonstrate goal achievement at relative ambient conditions via testing at a range of Reynolds Number values. The offeror shall provide a detailed analytical data set for ambient conditions around the operational envelope to substantiate design and off-design performance of the proposed variable speed power turbine design. Offerors in both the small engine class and medium/large engine class shall provide data (in contractor's format) to include operating conditions: (1) Sea Level Standard Day with 100% NPT, MRP; (2) 4,000 ft, 95 F day with 100% NPT, MRP; (3) 6,000 ft, 95 F day with 100% NPT, MRP; (4) Sea Level Standard Day with 100% NPT, MCP; (5) 10,000 ft, ISA day with 55% NPT, MCP. Offerors in the small engine class shall also provide data for 15,000 ft ISA day with 55% NPT, MCP and 20,000 ft ISA day with 55% NPT, MCP. Offerors in the medium/large engine class shall also provide data for 25,000 ft ISA day with 55% NPT, MCP and 30,000 ft ISA day with 55% NPT, MCP. Offeror shall provide data at all the ambient conditions specified for their proposed engine class to at least include these power turbine parameters: rotor entry gas flow (lb/s), rotor entry temperature ( F), entry pressure (psi), power turbine rotor one blade metal temperature ( F), cooled adiabatic efficiency (% (T-T)), expansion ratio (T-T), exit gas flow (lb/s), exit pressure (psi), exit gas temperature ( F), physical speed (rpm), and stage loading. The offeror shall also specify the gas generator turbine rotor inlet temperature for each ambient condition specified. The Advanced Variable Speed Power Turbine 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. 1.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) Bi-Monthly Progress, Cost and Performance Reports, (5) Final Report, (6) Final Briefing at Ft. Eustis (Note: Each of these items shall be delivered in Contractor's format) 2.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: 1.Anticipated Period of Performance: 43 months total (40 technical and 3 for data/final report) 2.Expected Award Date: June 2012 3.Available Government Funds: Government Share = $1,600,000 (Distribution FY12/13-$500K, FY14-$500K, FY15-$600K). 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) is accessible at: 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.Data Rights: The Government desires, at a minimum, "Government Purpose Rights" as defined by the DFARS 252.227-7013, to all technical data, deliverable, and computer software to be delivered. It is the offeror's responsibility to clearly acknowledge or take exception to the Government's desire for at least "Government Purpose Rights." The Contractor should propose legends for each data item identified as other than unlimited rights. PROPOSAL PREPARATION & SUBMISSION INSTRUCTIONS Proposals are required to be submitted in accordance with the guidelines set forth herein. Proposals: The proposal shall consist of two volumes, a technical volume and a cost volume. In presenting the proposal material, prospective Offerors are advised that the quality of the information is significantly more important than quantity. Offerors should confine the submissions to essential matters providing sufficient information to define their offer and establish an adequate basis for the Government to conduct its evaluation. Offerors may submit multiple proposals. 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/sub recipient proposals, if applicable, including pricing rate details, shall be provided concurrent with the offeror's submission of its proposal. Subcontractor/sub recipient 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 variable speed power turbine 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 variable speed power turbine 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). Submission: Proposals are due 22 March 2012 by 2:00 P.M., E.S.T.. Proposals shall be marked with the solicitation number and shall be submitted in two paper copies and electronic format (PDF or MS Word) on a disc to the Aviation Applied Technology Directorate, Attn: CCAM-RDT (Genie Williams), 401 Lee Boulevard, Fort Eustis, VA 23604-5577. Facsimile or electronic proposal submission is not authorized under this Announcement. Proposals submitted after the closing date will be handled in accordance with FAR 52.215-1, Instructions to Offerors-Competitive Acquisition. A copy of this provision may be obtained from http://farsite.hill.af.mil. This announcement is an expression of interest only and does not commit the Government to pay any proposal preparation costs. Offerors desiring an explanation or interpretation of this announcement must submit requests in writing at the above address or email: genie.s.williams.civ@mail.mil. Oral explanations or instructions given before the award of any agreement/contract will not be binding. Any information given to a prospective offeror concerning this announcement which is necessary in submitting offers or the lack of which would be prejudicial to any other prospective offeror(s) will be published as an amendment to this Announcement. Questions received less than two (2) weeks prior to the proposal due date may not be addressed. Offerors should be alert for any amendments to this Announcement. This announcement is issued subject to the availability of funds. The Government's obligation is contingent upon the availability of appropriated funds for which payment for program purposes can be made. 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/f80b87e87d435ef9c06c4eda21881b2f)
- Place of Performance
- Address: ACC-RSA-AATD - (SPS) ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard Fort Eustis VA
- Zip Code: 23604-5577
- Zip Code: 23604-5577
- Record
- SN02668584-W 20120208/120206234707-f80b87e87d435ef9c06c4eda21881b2f (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 |