SOLICITATION NOTICE
A -- SBIR Phase III Topic N131-016 Life Improvement of Plain Airframe Bearings by Preventing Contamination
- Notice Date
- 12/24/2015
- Notice Type
- Justification and Approval (J&A)
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
- ZIP Code
- 08733-5083
- Solicitation Number
- SBIR_15_24978
- Archive Date
- 1/25/2016
- Point of Contact
- Elaine M Lovering, Phone: 732-323-5221
- E-Mail Address
-
elaine.lovering@navy.mil
(elaine.lovering@navy.mil)
- Small Business Set-Aside
- N/A
- Award Number
- N68335-15-G-0031-0001
- Award Date
- 11/3/2015
- Description
- SMALL BUSINESS INNOVATION RESEARCH (SBIR) PHASE III JUSTIFICATION & APPROVAL FOR USE OF OTHER THAN FULL AND OPEN COMPETITION •1. Agency and Contracting Activity. Department of the Navy, Naval Air Warfare Center Aircraft Division (NAWC-AD) Lakehurst, NJ •2. Nature/Description of Action(s) Being Approved. This is a justification to award a Small Business Innovation Research (SBIR) Phase III Basic Ordering Agreement (BOA) delivery order to Triton Systems, Inc. One of the most troublesome bearings on a rotary winged aircraft is the rotor pitch link bearing, which allows the angle of the rotor blade to be changed on each propeller as it is turning. This is because the bearing is a ball and socket arrangement which rapidly deteriorates when exposed to dust, sand, salt air and other grinding environments. While the Mean-Time-Between-Failure (MTBF) rate is estimated to be at 10,000 flight hours or greater, the pitch link bearings dramatically began failing at an alarming rate once the aircraft continued to operate in sandy desert environments. In addition, every time the rotor pitch link bearing is replaced, the aircraft must go through a calibration on the track and balance machine for the rotors, to ensure proper flight dynamics and control. If the MTBF for this bearing was increased, it would dramatically and directly affect the maintainability and operational readiness of the aircraft and ultimately reduce the cost per flight hour. On 15 May 2013, Triton Systems, Inc. (N68335-13-C-0256), Powdermet, Inc. (N68335-13-C-0260) and SAFE, Inc. (N68335-13-C-0262) were awarded SBIR Phase I contracts. Topic N131-016 was titled, "Life Improvement of Plain Airframe Bearings by Preventing Contamination." Triton Systems, Inc. was subsequently awarded SBIR Phase II contract number N68335-14-C-0186 that is fully funded and has a contract end date of 15 December 2015. Topic N131-016 sought the development of a low cost, low friction innovative contamination prevention system for plain airframe bearings. •3. Description of Supplies/Services. This procurement is to provide an alternative bearing design for the V-22 Pitch Control Link assembly that will have the ability to effectively protect bearings from debris (sand, dust, etc.) which will help mitigate the chance of a bearing failure, and the associated hazards that accompany this failure. The data collected from this effort will provide the knowledge and experiences generated by Triton's approach to reducing plain bearing contamination, and generate a rotor pitch link bearing assembly that meets all production standards. Upon successful testing of this bearing, a separate procurement to support production and retrofit will be developed for the V-22 Rotor Pitch Control Link assembly. This Phase III requirement derives from the Phase I and Phase II described in paragraph 2, and is for continued development, and procurement of test articles of plain airframe bearings configured for the V-22 Rotor Pitch Control Link bearing. This effort will be a Delivery Order #0001 under BOA N68335-15-G-0031. •4. Identification of Statutory Authority. 10 U.S.C. 2304(c)(5), as implemented by FAR 6.302-5: Authorized or Required by Statute. 15 U.S.C. 638(r)(1) states: "In the case of a small business concern that is awarded a funding agreement for Phase II of an SBIR or STTR program, a Federal agency may enter into a Phase III agreement with that business concern for additional work to be performed during or after the Phase II period. " Furthermore, 15 U.S.C. 638(r)(4) states: "To the greatest extent practicable, Federal agencies and Federal prime contractors shall issue Phase III awards relating to technology, including sole source awards, to the SBIR and STTR award recipients that developed the technology." •5. Demonstration that Proposed Contractor's Unique Qualifications or Nature of Acquisition Requires Use of Authority Cited. The nature of the acquisition requires the use of the authority cited. The SBIR/STTR Programs are structured in three phases. Phase I (project feasibility) determines the scientific, technical and commercial merit and feasibility of the ideas submitted. Phase II (project development to prototype) is the major research and development effort, funding the prototyping and demonstration of the most promising Phase I projects. Phase III (commercialization) is the ultimate goal of the SBIR/STTR Programs. Because the Phase III work derives from, extends, or completes efforts performed under Phase I and Phase II, use of the authority cited is required. •6. Description of Efforts Made to Ensure Offerors Were Solicited From as Many Potential Sources as Practicable/ Public Notification through Government Point of Entry (GPE). The topic for this effort was included in the Department of Defense Program Competitive Solicitation issued under the SBIR Program. As described above, only Triton Systems, Inc. is being considered for Phase III award due to the nature of the acquisition. In accordance with FAR 5.202(a)(7), this proposed contract action does not require public notification to the GPE. •7. Determination of Fair and Reasonable Cost. The Contracting Officer will determine prior to award that the negotiated price/cost of the contract executed under this justification is fair and reasonable pursuant to FAR Subpart 15.4. This determination will be documented in a Business Clearance Memorandum, which will be included in the contract file. •8. Description of Market Research or Statement of the Reason Market Research was not Conducted. FAR 10.001(a)(2) indicates that market research appropriate to the circumstances must be conducted. SBIR Phase III procurements are such that traditional market research to identify alternative sources is generally unnecessary. As described above, the Phase III work derives from, extends, or completes efforts performed under Phase I and Phase II. •9. Any Other Supporting Facts. Not applicable. •10. Listing of Interested Sources. Not applicable. •11. Actions Taken to Remove Barriers to Future Competition. The Contracting Officer anticipates that competitors will enter the market place once the product is commercialized. At this time the product has not been determined to be a commercial item therefore NAVAIR has no plan at this time to compete future contracts for the types of supplies/services covered by this document. However, if this item becomes commercialized, it is likely that future acquisitions will be competed using full and open competition and commercial item acquisition procedures. The Contracting Officer is not aware of any specific actions that would further remove barriers to competition. •12. Period of Performance. BOA: 1 July 2015 - 1 July 2020 DO #1: 38 Months •13. Total Estimated Dollar Value of the Acquisition Covered by this J&A, with Funding Specified by Year and Appropriation. See Appendix A for Estimated Dollar Value •14. Actions Attempted to Make Immediate Acquisition Competitive and Cost/Benefit Analysis. No actions were attempted to make the immediate acquisition competitive; no cost/benefit analysis was performed. As described above, only Triton Systems, Inc. is being considered for Phase III award due to the nature of the acquisition.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/SBIR_15_24978/listing.html)
- Place of Performance
- Address: Chelmsford, Massachusetts, United States
- Record
- SN03978258-W 20151226/151224233645-c041d93afee3170350598cb80152fa3a (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 |