Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 14, 2017 FBO #5804
SPECIAL NOTICE

A -- Rotorcraft Automated Component Tracking (RACT) - Attachment - Attachment - Call - Attachment

Notice Date
10/12/2017
 
Notice Type
Special Notice
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and 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
W911W6-18-R-0001
 
Archive Date
12/13/2017
 
Point of Contact
Kenny Hood, Phone: (757) 878-0103, Laurie 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
TC 3-04.7 Army Aviation Maintenance Call W911W6-18-R-0001 Dept of Army Pamp 738-751 Funtional Users Manual for Army Maintenance Mgmt System-Aviation TIA Template - Expenditure Based RACT 1.0 Introduction Call number W911W6-18-R-0001, Rotorcraft Automated Component Tracking (RACT), solicits 6.2 Applied Research proposals to develop component tracking and aircraft health state awareness technologies that facilitate automation of aircraft records. Additional instruction andinformation can be found under the Master Broad Agency Announcement (BAA) W911W6-17-R-0003 which is posted to Federal Business Opportunities (FedBizOpps) at https://www.fbo.gov. 2.0 Scope of Research Effort Current Army rotorcraft sustainment practices lack the detail, synchronization, and overall efficiency needed to meet future operational availability and affordability demands. Soldiers are presently burdened with time intensive tasks associated with generating and managing aviation records. Human error, especially in high stress operational environments, often results in inaccurate or incomplete information being entered, which can hinder problem identification and resolution, as well as impact overall fleet readiness. The objective of Rotorcraft Automated Component Tracking (RACT) is to develop component tracking and aircraft health state awareness technologies that facilitate automation of aircraft records, reducing maintenance burden and error. RACT 6.2 Applied Research will develop, as needed, and integrate individual component usage, health, and maintenance tracking by serial number into a comprehensive solution that can be used by decision-makers to assess individual aircraft and fleet readiness. It is envisioned that RACT will provide accurate aircraft state awareness information in a useful form to enable more effective fleet management decisions, predictive maintenance strategies, and reliability-improving component redesigns, all of which contribute towards the Army's aviation S&T zero-maintenance vision and the ability to operate unsustained in a multi-domain battle space for extended periods. The following specific capabilities are desired to be developed through RACT: • Autonomous individual component identification (serial number) and tracking of usage, health state, and maintenance history. • Autonomous communication from individual components to on-board and off-board logistics and fleet management systems conveying exact aircraft component configuration, usage, health state, and maintenance history. • Autonomous generation and population of aviation records, including assessments of integrity, projected remaining useful life, and recommended maintenance actions that are interlinked with the aircraft technical manual. Recommendations should include procedures as well as a list of tools and parts required to execute the maintenance action. Though RACT developed solutions are intended to be applicable to the major aircraft subsystems (Propulsion, Drives, Rotors, Structures, Vehicle Management Systems, Avionics, Mission Systems, and Electrical), specific Applied Research to be conducted as a result of this Call is to be focused on the gas turbine engine, as this is seen as the largest challenge. Successful efforts should target not only the individual engine components, but also the mission systems and avionics elements that interface with the propulsion system. Anticipated Technology Readiness Level (TRL 4) verification testing should include collecting general information (e.g. serial number, service time and usage, maintenance history) from RACT monitored components, identifying seeded faults (e.g. damage location and severity) within these components, reliably communicating pertinent information to the on- and off-board systems (e.g. Aircraft Notebook, Global Combat Support System - Army, Aviation System Assessment Program, LMP, and ULLS-A) so that remaining useful life and required maintenance actions can be determined, and accurately updating the aviation records (e.g. DA-PAM 738-751, DA Form 759, DA Form 3513, DD Form 365, and DA Form 1352). RACT Applied Research efforts progress towards a comprehensive, accurate, integrated solution that reliably and autonomously (no crew interaction) communicates the aviation records data prior to normal aircraft shut down. 3.0 Call Specific Instructions This Call will use the Proposal Submission Process as described in 5.2 of the Master Broad Agency Announcement, as further supplemented below. 3.1 Proposal Instructions Secific instructions pertaining to the content and structure of provided proposals are provided in Master BAA W911W6-17-R-0003, 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 technical proposal shall provide a clear substantiation for the selection of the proposed RACT technologies. The justification/rationale supporting the proposed technologies shall be based upon the extent to which the proposed technologies contribute to the RACT objective identified in Section 2. Offerors shall substantiate their ability to achieve the desired capabilities identified in Section 2. Offerors shall clearly and thoroughly describe the proposed technology solution and the technical approach, including tasks and schedule, to mature and verify the integrated solution to TRL 4. Leveraging of existing technologies is encouraged. Offerors shall substantiate their capability to execute the proposed effort, including experience of personnel, adequacy of facilities, and availability of data. Offerors shall identify expected benefits from their specific proposed RACT solution and outline potential transition paths to the Army's current rotorcraft fleet and future manned and unmanned aircraft. To align with the Army's acquisition and operational strategy, RACT developmental approaches shall incorporate cyber security and data assurance (on-board and off-board), as well as Open Systems Architecture (e.g. Joint Common Architecture Functional Reference Architecture and conformance to the Future Airborne Capability Environment Technical Standard). Although RACT is not a fielding effort, the Offerors should consider likely qualification requirements (e.g. ADS-79E, MIL-STD-810G for system durability, MIL-STD-461F as modified by ADS-37A-PRF for EMI, MIL-STD-704F for aircraft power compatibility, ADS-89-SP for structural integrity, DO-178C for software, and DO-254 for hardware). Teaming across Government, Industry, and Academia is highly encouraged to foster innovation and insight during development of proposed RACT solutions. Technical proposals are limited to 30 pages total for this Call. 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). Pages in excess of the page limitation will not be read or evaluated. Volume 2 - Price/Cost Proposal: A variety of funding instruments, described in section 3.3 of the Master BAA, are available for award. The proposal must clearly state the desired funding instrument. Offeror's proposing use of a Technology Investment Agreement (TIA) shall include the draft TIA provided by the Government with the highlighted areas completed and any 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. 3.2 Period and Place of Performance Offerors should clearly depict their proposed schedule and place of performance. The period of performance for RACT research efforts are anticipated to be 18 to 30 months total (including 3 months for data/final report). 3.3 Funding Funding is not presently available for this effort. Any award is contingent upon the availability of appropriated funds for which payment for award purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available, to be confirmed in writing by the Contracting Officer. The Government anticipates two (2) awards starting in 2nd quarter of the Government FY18. However, the Government reserves the right to make one or no awards, based upon the technical merit and affordability of proposals received. Anticipated Government funding is approximately $6M total, with Government fiscal year distribution as follows: FY18 $2.5M, FY19 $2.5M and FY20 $1M. Proposals that are significantly out of alignment with anticipated funding profile may risk not being selected. Any award made under this announcement may be incrementally funded. 3.4 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. 3.5 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 Recipient/Contractor format: (1) Program Management Plan (delivered 45 days after award), (2) Bi-Monthly Technical Performance and Progress Reports, (3) Bi-Monthly Cost Reports, (4) Test Plans, (5) Project Review Briefing Charts, and (6) Final Reports. Note that the Government desires two versions of the Final Report. The first version shall fully document the executed RACTeffort. The second version shall provide a public releasable summary of the RACT effort. Meetings: (1) Kick-Off Meeting at the Contractor's facility (within 60 days after award), (2) Monthly Progress Reviews and Technical Interchange Meetings (as needed), and (3) Final Briefing at Fort Eustis, VA upon completion of all technical effort. 3.6 Government Facilities, Property, and Data It is the Offeror's responsibility to identify, coordinate, and furnish supporting documentation in the proposal for use of any Government Facilities, Property, and Data. 3.7 Security No special security requirements or restrictions are anticipated. Access to classified material is not anticipated, and technologies to be developed are unclassified. 4.0 Additional Proposal Instructions Classified responses will not be accepted. Unclassified technical and cost proposals should be submitted electronically via the AMRDEC Safe Access and File Exchange website (https://safe.amrdec.army.mil/SAFE/). Responses should be provided in Microsoft Word or as a portable document format (*.pdf) file. The cost proposal shall be provided in Excel format for cost verification purposes also. Use the following email addresses as prompted by the site: kenneth.m.hood.civ@mail.mil and laurie.a.pierce2.civ@mail.mil. Questions may be submitted in writing via email to Kenny Hood, kenneth.m.hood.civ@mail.mil. All questions must be submitted within 10 days prior to the 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. Proposals shall be received not later than November 28, 2017; 2:00PM EST Proposals shall be valid for a period of 7 months from the closing date of this Call. 5.0 Attachments 5.1 Department of the Army Pamphlet 738-751 Functional Users Manual for the Army Maintenance Management System-Aviation 5.2 TC 3-04.7 Army Aviation Maintenance 5.3 Technology Investment Agreement (TIA) Template
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/29d2cf966e86ccd35e4d39671cb00589)
 
Record
SN04712612-W 20171014/171012231429-29d2cf966e86ccd35e4d39671cb00589 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.