SOLICITATION NOTICE
A -- SBIR Phase III Topic N091-008 Innovative Approaches for Improving Progressive Damage Modeling and Structural Life Prediction of Airframes
- Notice Date
- 11/22/2016
- 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
- N68335-16-G-0009-0002
- Archive Date
- 12/21/2016
- 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
- N68335-16-G-0009-0002
- Award Date
- 11/21/2016
- Description
- SMALL BUSINESS INNOVATION RESEARCH (SBIR) PHASE III JUSTIFICATION & APPROVAL FOR USE OF OTHER THAN FULL AND OPEN COMPETITION 1. Agency and Contracting Activity. Naval Air Warfare Center Aircraft Division (NAWC-AD) Lakehurst, NJ 2. Nature/Description of Action(s). This is a justification to award a Small Business Innovation Research (SBIR) Phase III Basic Ordering Agreement (BOA) order to Technical Data Analysis, Inc. (TDA). TDA was awarded SBIR Phase I contract number N68335-09-C-0272 on 30 Apr 2009, resulting from Solicitation 0 9.1, Topic N091-008. Topic N091-008 was entitled "Innovative Approaches for Improving Progressive Damage Modeling and Structural Life Prediction of Airframes." TDA was awarded SBIR Phase II contract number N68335-11-C-0122 on 11 Jul 2011. T DA was subsequently awarded an SBIR Phase III BOA N68335-11-G-0033 on 27 Sep 2011, which was associated with topic N091-008. Seven orders were awarded under BOA N68335-11-G-0033. TDA was awarded a second SBIR Phase III BOA N68335-16-G-0009 on 19 Jan 2016 which was associated with topic N091-008. Topic N091-008 sought the development of a novel crack growth model, and to integrate the model with a robust finite element program. The effort sought to develop a model that is based on the two parameter approach in a framework of unified theory of fatigue life, crack initiation and growth, with independent thresholds for each of the two parameters. The theory was developed using the premise that crack growth is a progressive chain of successive crack initiation mechanisms, and that residual stress changes in front of the moving crack affect the crack growth behavior. The advantage of coupling a finite element analysis with a crack growth program is that the stress intensity factors at the growing crack front can be accurately determined throughout the analysis for complicated crack shapes and under complex loadings. Crack growth parameters are functions of the stress-intensity factor at the crack tip. Thus this integration is necessary to facilitate the validation of the crack growth model in real world situations. 3. Description of Supplies/Services. This Phase III effort derives from the Phase I, II, II.5 and III efforts described in paragraph 2, and is to evaluate the performance of UNIGROW's progressive damage model against the Triton air vehicle platform. UNIGROW is the model TDA developed during previous Phase I, II, II.5, and III efforts. Unlike other life prediction models, the UNIGROW model does not have any tuning or calibration parameters, and therefore does not require extensive testing. Unique to this software is the weight function method to develop a Stress Intensity Factor, where several novel weight functions that are not available in any other crack growth program are included. TDA carried out extensive verification and validation of this software using many coupon and element test data available in the literature and Navy test data. More importantly, accurate blind predictions were made by UNIGROW using only the spectrum load histories and material data, without any calibration effort or knowledge of the test data, which is an indication of its potential for life cycle predictions. The model has also been tested and validated against laboratory tests in terms of aircraft loading, to verify and validate the underlying mechanistic foundation for the software. With the basic verification and validation completed previously, UNIGROW can now be used as a very cost effective and accurate tool to support airworthiness certification and sustainment for Triton aircraft, including static, fatigue, and crack growth analysis of components and airframe life evaluation; coupon, element, component and full-scale testing; and structural integrity assessment for existing and a modified design, production anomalies, and repairs. There is a current need to evaluate the efficacy of the UNIGROW model for damage assessment of the unique design features of the Triton aircraft such as additive manufacturing parts, hybrid metal and composite structures, and bonded and bolted joints. TDA shall investigate the static strength, fatigue life, and crack growth characteristic in order to establish the design allowables, strength envelope, and fatigue life limits for the Triton. TDA shall evaluate the UNIGROW against the existing analytical models used on the Triton program by conducting finite element analysis, fatigue, crack growth, and residual strength analysis to ensure adherence to United States Navy design criteria. TDA shall develop the Triton test spectrum, including spectrum editing and damage and crack growth analysis that can be effectively carried out by UNIGROW. TDA shall verify the Triton air vehicle repeated loads spectra by conducting necessary coupon, component, and full-scale durability and damage tolerance testing. The UNIGROW tool will be used to evaluate adequacy of a repair in service against life requirements as well as to investigate any shortfalls in the original design of a component, using updated service loading information. As the UNIGROW developer, TDA has the unique knowledge and engineering insights to perform the tasking within the required timeframe. The deliverables of this project are data deliverables. This effort will be N68335-16-G-0009, Delivery Order 0002. 4. Statutory Authority Permitting Other Than Full and Open Competition. 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, II, II.5, and III, 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 TDA 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 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, II, II.5, and III. 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 once the product is 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. Base: 18 months Option(s): None 13. Total Estimated Dollar Value of the Acquisition Covered by this J&A, with Funding Specified by Year and Appropriation. 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 TDA 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/N68335-16-G-0009-0002/listing.html)
- Place of Performance
- Address: Falls Church, Virginia, 22042, United States
- Zip Code: 22042
- Zip Code: 22042
- Record
- SN04334894-W 20161124/161122235014-51e28f2500ad071a1eb50f00f4bff379 (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 |