SPECIAL NOTICE
A -- Platform Subsystems Technologies (PST) - TIA Template
- Notice Date
- 10/21/2016
- Notice Type
- Special Notice
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - RSA (W911W6) (AATD) (SPS), LEE BLVD BLDG 401, FORT EUSTIS, Virginia, 23604-5577, United States
- ZIP Code
- 23604-5577
- Solicitation Number
- W911W6-17-R-0001
- Archive Date
- 12/20/2016
- Point of Contact
- Kenneth M. Hood, Phone: (757) 878-0103, Laurie A. Pierce, Phone: (757) 878-2071
- E-Mail Address
-
kenneth.m.hood.civ@mail.mil, laurie.a.pierce2.civ@mail.mil
(kenneth.m.hood.civ@mail.mil, laurie.a.pierce2.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- TIA Template 1.0 Purpose & Background The purpose of Platform Subsystem Technology (PST) is to develop advanced subsystems and vulnerability reduction technologies supporting an integrated platform solution that exemplifies effective total aircraft and aircrew survivability and operational availability without loss of performance. Vulnerability reduction encompasses threat tolerance for the aircraft and aircrew, including the ability to absorb damage and avoid destruction once hit and quickly return to service. Multifunctional systems which incorporate two or more independent functions into one system which yields the required performance of the combined subsystems with reduced weight and volume, and increased energy efficiency are desired. Historical examples include transparent armor, load bearing armor, generators/motor combinations, conformal/structural antennas, etc. Example of technologies expected to result from the execution of PST include, but are not limited to: • Load-bearing advanced opaque and transparent armor systems. • Lightweight advanced full-spectrum active crash protection subsystems and integrated impact prediction and crash energy control and management systems. • Novel landing gear concepts to increase hard landing and crash energy attenuation, reduce or eliminate the effects of ground resonance, as well as improve landing safety in degraded visual environments (DVE). • Lightweight advanced fuel containment technologies that may include load bearing capability. • System-level ballistic and directed energy weapons (DEW) threat protection. • Near instantaneous fire detection and suppression technologies. Integrated onboard energy management technologies to include electric generation, transmission, storage and thermal management. Flexible and expandable systems are desired. Call number W911W6-17-R-0001, Platform Subsystems Technologies (PST), solicits proposals for 6.2 Applied Research to develop advanced platform subsystems and aircraft and aircrew vulnerability reduction (VR) technologies for current Army rotorcraft and future generation Joint service air vehicles to increase aircraft and aircrew survivability and aircraft operational availability. Additional instruction and information can be found under the Master Broad Agency Announcement (BAA) W911W6-16-R-0004 which is posted to Federal Business Opportunities (FedBizOpps) at https://www.fbo.gov. 2.0 Scope of Research Effort The research and development activities of the BAA Call are guided by Aviation Science and Technology Strategic Plan Technical Objectives in various technical areas. Approaches should address vulnerability reduction, electrical, actuation, and/or thermal management to maximize performance and achieve weight savings not otherwise obtainable. Metrics (e.g. operational availability, probability of kill given a hit, crashworthiness index, etc.) used in technology trades and for measuring success during technology development must be defined as part of any proposed solution. In addition, integrated technology solutions must provide reliable performance and improve survivability against current and emerging Army Aviation threats (operational, environmental, and military threats), yielding enhanced capability compared to the state-of-the-art, at reduced weight. While the primary objective is to develop vulnerability reduction technologies, technologies relating to electrical and/or thermal management will also be considered. Solutions must be both reliable and maintainable to enable extended service life and minimize life cycle costs, with substantiated performance, weight efficiency, and resulting maturity of Technology Readiness Level (TRL) 4-5. Solutions are expected to target transition to Joint Future Vertical Lift (FVL) platforms with applicability to improving the current rotorcraft fleet. The PST program goals are that proposed technology solutions will advance multiple Technical Objectives listed below. • Improved Conventional Threat Protection: Reduce aircraft and crew vulnerability to conventional threats at improved range (increased remaining velocity) and decreased weight penalty (lower areal density). • Improved Energy Attenuating Devices: Reduce occupant fatalities and injuries and provide optimum aircraft/occupant protection through effective control and management of advanced energy attenuation subsystems, which are adaptive to full spectrum landing and crash impact conditions and a wide range of occupant sizes/weights and aircraft weights. • Improved Crew Endurance: Increase mission effectiveness through improved crew endurance by reducing adverse vibration and thermal effects on crew and by improving crew sitting postures during long missions for increased situational awareness and reduced fatigue. • Improved Self-sealing Fuel Systems: Improve ballistic tolerance and crashworthy performance (with conventional and alternative aviation fuels) while reducing weight through innovative materials and analytical design methods. • Full-Spectrum Crashworthiness: Reduce occupant / system vulnerability to crash across a wide range of aircraft classes and terrains; measured by increased Crashworthiness Index (CI); contributions achieved through improved modeling, improved energy-absorbing fuselage design, full-scale drop tests, etc. • High Energy Threat Vulnerability: Reduce system-level vulnerability of aircraft and occupants to high-energy threats with no additional weight penalty; measured by reduced system-level probability of kill given a hit; contributions achieved through damage-adaptive flight controls, integration of laser protection, structural hardening, damage tolerant structural design, fire detection and suppression systems, MEP (avionics) hardening, etc. • Fire Management: Improve the performance of fire sensing and extinguishing systems through high speed pre-ignition sensing and rapid deployment of innovative extinguishants while reducing weight. • Improved Energy Availability and Optimization: Improve onboard efficiency through integrated energy availability, management, and distribution technologies to include generation, conversion, transmission, storage, and thermal management on aircraft while reducing size, weight, and power. 3.0 Call Specific Instructions This call will use the Proposal Submission Process as described in 5.2 of the Broad Agency Announcement, as further supplemented below: 3.1 Proposal Instructions Do not combine multiple topics into one proposal. Specific instructions pertaining to the content and structure of provided proposals are provided in BAA W911W6-16-R-0004, paragraphs 5.2.2 and 5.2.3. In addition to the content required, the offeror shall provide the following: Volume 1 - Technical Proposal: The Offeror shall detail and substantiate the proposed solution including its benefits thereof relative to the PST requirement, the Technical Objectives of interest, and the plan to execute the proposed solution. Technical proposals are limited to 20 pages total for this Call. Pages in excess of the page limitation will not be read or evaluated. Fold-out illustrations required for reader ease are allowed, however, illustration shall be counted in 8 ½" x 11" increments (e.g., an 11" x 17" document will count as two pages). Volume 2 - Price/Cost Proposal: If a foreign entity is participating as part of a prime's team, the cost volume shall clearly identify such participant and the Offeror's planned compliance with U.S. export controls, including any required export licensing. As part of this volume, Offeror's proposing use of a Technology Investment Agreement (TIA) shall include the draft TIA provided by the Government with proposed changes clearly marked to facilitate Government evaluation. If a TIA is proposed, the total cost of the proposed effort (which includes cost share) must be provided in the same detail/format as those costs which are to be funded by the Government. A fiscal year funding profile shall be included in the cost proposal. The offeror shall provide the applicable CAGE and DUNS number for offeror's company and all proposed subcontractors. The cost proposal shall include a separate Tab or Section identified as ‘Cost Roll-Up' which provides a clear and concise summary of all costs (i.e., cost element breakdown for the grand total). This section shall consist of no more than 15 pages and is required to summarize and facilitate Technical review of costs. If your cost proposal is 20 pages or less, disregard this requirement. 3.2 Period and Place of Performance Offerors should clearly depict their proposed schedule and place of performance. The period of performance for PST research efforts are not to exceed 24 months total (21 months for technical effort and 3 months for data/final report). 3.3 Funding The award of selected proposal(s) will be subject to availability of funds. The Government anticipates multiple awards under this call beginning in the 2nd quarter of Government FY17. However, the Government reserves the right to award only one or none, based upon the technical merit and affordability of received technical proposals. Anticipated total Government funding is approximately $2.46M (6.2 funds). Government fiscal year funding distribution is anticipated as follows: FY17 $1.06M, FY18 $0.94M, and FY19 $0.46M. TIAs with a minimum of 50% cost share are desired. 3.4 Required Government Facilities, Property, and Data Government furnished data cannot be guaranteed. Offerors must have access to or be capable of generating the data required to develop and validate the algorithms or systems proposed. 3.5 Security If classified data is expected to be generated during performance of the effort, appropriate security clearances for key personnel and facilities should be substantiated. Prior to award, the successful Offeror will be required to provide an Export-Controlled DoD Data Agreement certification number. Proposed efforts up to the collateral SECRET level will be considered for award. A Contract Security Classification Specification (DD Form 254) with appropriate classification guides will be applied to awards where applicable. 3.6 Data Rights The Government requires "Unlimited Rights" for efforts without cost share and requires at a minimum "Government Purpose Rights" for efforts with cost share as defined by DFARS Part 227, to all technical data, deliverables, and computer software developed under this program, and no limitations on the use of delivered and/or residual hardware, exempting background data assertions. It is the Offeror's responsibility to clearly define the proposed data rights for technical data, computer software, and each deliverable. Ambiguities will be negatively evaluated against the Offeror. 3.7 Required Reporting and Deliverables All awards under this announcement will require a kickoff meeting to be held at the Offeror's facility following award. The award will require delivery of the following items delivered in Contractor's format: (1) Program Management Plan (delivered 45 days after contract award), (2) Bi-Monthly Technical Reports, (3) Bi-Monthly Cost Reports, (4) Briefing Charts, (5) Special Reports / Test Plans, and (6) Final Report. All awards will include a requirement to present the results of the work in a final briefing at Ft. Eustis, Virginia upon completion of all technical effort. 4.0 Order of Precedence Any inconsistency between this Call and the Master BAA shall be resolved by giving precedence to this Call (W911W6-17-R-0001). 5.0 Other Information Additional Proposal Instructions. Proposals shall be valid for a period of 7 months from the closing date of this call. Technical and cost proposals shall be provided in original plus three paper copies and one electronic copy (CD ROM disk format). The cost proposal shall be provided in Excel format for cost verification purposes. Electronic submission of proposals is not authorized under this Call. Proposals shall be submitted to AATD, Attn: CCAM-RDT, Kenny Hood, Bld. 401 Lee Blvd., Fort Eustis, VA 23604-5577. Questions may be submitted in writing via email to Kenny Hood, kenneth.m.hood.civ@mail.mil. All questions must be submitted within 7 days prior to call closing to ensure a response. All questions and responses received will be posted to FedBizOpps as an amendment to the call. Proposals received after the date and time specified for closing will be handled in accordance with FAR 52.215-1, Instructions to Offerors - Competitive Acquisition. This call is issued subject to the availability of funds. Proposals shall be received not later than 05 December 2016; 2:00PM EST.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/14274d88d3f7c771b2f57234aeff1b2d)
- Record
- SN04310548-W 20161023/161021234256-14274d88d3f7c771b2f57234aeff1b2d (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 |