COMMERCE BUSINESS DAILY ISSUE OF MAY 3, 2001 PSA #2843
SOLICITATIONS
A -- ROTORCRAFT DRIVE SYSTEM 21 (RDS-21)
- Notice Date
- May 1, 2001
- Contracting Office
- Aviation Applied Technology Directorate, U.S. Army Aviation and Missile Command, Attn: AMSAM-RD-AA-C, Building 401, Lee Blvd, Room 117, Fort Eustis, VA 23604-5577
- ZIP Code
- 23604-5577
- Solicitation Number
- DAAH10-01-2-0005
- Response Due
- July 5, 2001
- Point of Contact
- Ms. Sandra Schuck, Contract Specialist, Phone No. (757) 878-4819
- E-Mail Address
- Aviation Applied Technology Directorate, Fort Eustis, (sschuck@aatd.eustis.army.mil)
- Description
- : The Aviation Applied Technology Directorate (AATD) is soliciting technical and cost proposals for conduct of 6.3 Research & Development as described below. Proposals are required to be submitted in accordance with the guidelines set forth herein. This Research Announcement (RA) constitutes the total solicitation. There will be no formal Request For Proposals (RFPs), other solicitation requests, or other information regarding these requirements. INTRODUCTION: As the Army moves forward to the fielding of the Objective Force, significant improvements in efficiency and affordability of aviation platforms are needed. To provide aviation platforms the increased range and payload capabilities required for the Objective Force, advanced rotor, structure and drive system technologies are necessary. The goals for the next generation aviation platforms are defined in the DOD's Rotary Wing Vehicle (RWV) Technology Development Approach (TDA). To insure that aviation platforms are effective and affordable the Army intends to develop and demonstrate critical technologies between FY01 and FY09 such that these technologies are available for: (1) Transition into product improvement programs for existing air vehicle platforms that will be a part of the Army's recapitalized legacy / Objective Force. (2) Transition of these technologies into a System Development and Demonstration (SDD) Phase for a new Large Cargo Transport Rotorcraft beginning in FY10. The Government's strategy to achieve this, is to conduct independent Technology Demonstrations (TD's) at the component/subsystems level during the FY01-05 timeframe. These TD's will be followed by an Advanced Technology Demonstration (ATD) of these technologies plus Helicopter Active Control Technology at the integrated systems level during the FY05-09 timeframe. The independent Technology Demonstrations (VGARD, SARAP, and RDS-21) include the development and demonstrations of rotor, structures and drive system technology beginning at the end of FY01. The SARAP, VGARD, and RDS-21 programs will develop and demonstrate critical structures, rotor, and drive system technologies necessary to achieve the next phase of the Rotary Wing Vehicle (RWV) Technology Development Approach (TDA) goals at the component/ subsystem level by FY05. These Technology Demonstrations will be executed as Technology Investment Agreements that are Cooperative Agreements pursuant to 10 U.S.C. 2358. While these Technology Demonstrations are focused on the development and demonstration of the critical technologies needed to enter a large cargo transport rotorcraft SDD in FY10, it is the Government's desire to maximize the potential for technology transfer to the aircraft of the recapitalized legacy / Objective Force. Therefore, it is the Government's desire to conduct Component/Subsystem Level Technology Demonstrations using the aircraft of the recapitalized legacy / Objective Force as test beds, to the maximum extent possible. At the same time the Government desires to maintain a technical development approach which will enable demonstration of these critical technologies at the systems level in a Integrated System Testbed prior to entering a SDD for a large cargo transport rotorcraft. Multiple awards are anticipated considering the technical merit of each response (technical concepts proposed, technical approach to demonstrate critical technologies, potential for technology transition to recapitalized legacy / Objective Force aircraft as well as to the development of a new large cargo transport aircraft), proposed industry cost share, and the availability of Government funding. The period of performance for these TD's is approximately 48 months. The Rotorcraft Integrated Platform Technology (RIPT) Advanced Technology Demonstration will be initiated in FY05. The period of performance for RIPT is approximately 52 months. The objective of the RIPT will be to demonstrate the integration of VGARD, SARAP, RDS-21, and HACT technologies at the system level by the end of FY09. The RIPT is currently envisioned to be the integrated demonstration of rotor, flight controls, drive system and structures technology on a recapitalized legacy / Objective force aircraft and/or an integrated rotor, drive system and flight control technology for a large cargo transport Rotorcraft Integrated Systems Testbed. The RIPT period of performance will be from FY05 to FY09. The objective and approach for RIPT will be driven by several factors to include the status of the Army and Joint plans for a large cargo transport rotorcraft, available funding and maturity of the respective technologies by FY05. The subject of this RA is the RDS-21 program. TECHNICAL DESCRIPTION: The RDS-21program is focused upon developing critical performance and affordability enhancing drive system technologies for the U.S. Army's recapitalized legacy/Objective Force fleet of rotorcraft and a future large cargo transport rotorcraft. The rotor drive systems of the U.S. Army's currently fielded rotorcraft are extremely heavy, consume a large portion of the vehicles empty weight, and thus negatively impact the payload and range characteristics of the vehicles. The rotor drive system is an assembly of very high precision mechanical components with demanding manufacturing and quality requirements. Current systems have high parts count, making the total production costs high. Once fielded, the drive systems have proven to be a major source of operating and support costs due to less than desired component durability, susceptibility to corrosion and high cost of overhaul. The noise emitted by large drive systems is extremely high and at a level damaging to the human ear. Noise at this level (+100Db) also distorts voice communication, and accelerates fatigue of the crew and passengers. The RDS-21 program will consist of design, fabrication, and demonstration testing of critical drive system technologies required to achieve the program goals for the Army's recapitalized legacy/Objective Force fleet of rotorcraft and future large transport rotorcraft. The RDS-21 program goals are a 35% increase in drive system transmitted horsepower-to-weight ratio, 15dB reduction in drive system generated noise, 20% reduction in drive system production cost, and 20% reduction in drive system operating and support costs. Offerors will be expected to develop a methodology that justifies the selection of critical technologies to be pursued and estimates their contribution to the overall program goals. Design, fabrication and testing of these critical component technologies shall be conducted to demonstrate the specific weight, durability, noise, production cost, and O&S cost attributes of the components. Offerors will also be required to develop a methodology for assessing and refining the accuracy of the analytical tools developed or utilized for the design, analysis, and manufacturing of the selected critical components. The methodology shall be validated based upon the comparison of predicted performance and operating characteristics against those actually measured during component testing. Demonstration testing should be representative of the expected aircraft operating environment and be of sufficient scope to validate the weight, fatigue, durability, and noise characteristics of the technologies. ANTICIPATED FUNDING LEVEL AND PERFORMANCE PERIOD: Anticipated period of performance is 48 months total with 44 months for the technical effort and an additional 4 months for completion of the final report. The Government funding for the program is $19 million distributed by fiscal year as follows: FY01-1%; FY02-28%; FY03-23%; FY04-22%; and FY05-26%. Proposals must follow the guidelines described in this solicitation. The Government anticipates multiple awards. TYPE OF CONTRACT; The Government contemplates award of a Technology Investment Agreement with a cost share of up to 50%. DELIVERABLES: All contracts awarded under this solicitation will require delivery of the following data items: (1) Management/Program Plan; (2) Design Review Briefing Charts; (3) Test Plans; (4) Test Reports; (5) Bi-monthly Progress, Cost and Performance Reports; and (6) Final Report. All deliverable data may be in the format selected by the contractor. Additionally, a final briefing at Fort Eustis, VA, shall be presented. EVALUATION CRITERIA/BASIS FOR AWARD: The selection of one or more sources for award will be based on a scientific and/or engineering evaluation of proposals (both technical and cost as it relates to technical effort) in accordance with the criteria set forth in this section. Proposals will be evaluated on their own merit without regard to other proposals submitted under this announcement. These evaluations will result in narrative ratings, which will be used to develop an order of merit listing for proposals submitted under this announcement. Proposed cost will be evaluated as appropriate, for realism and reasonableness. The evaluation criteria are: (1) The extent to which the proposed work satisfies the Army's research need by use of innovative, creative, efficient, and affordable approaches to the technical objectives. (2) The merit of the offeror's proposed approach to accomplish the scientific and technical objectives. (3) The experience and qualifications of the scientists, engineers, technicians, and other proposed personnel. (4) The suitability and availability of proposed facilities. (5) Cost to the Government. SECURITY REQUIREMENTS: All work performed under resulting agreement(s) will be unclassified and will not require access to classified material. A determination has been made that performance under the agreement(s) will require access to and/or generate technical data the export of which may be restricted by the Arms Export Control Act (Title 22, U. S. C., Sec. 2751 et. Seq.) or Executive Order 12470. Prior to award, the successful firm(s) will be required to provide an "Export-Controlled DoD Data Agreement" certification number issued in accordance with DoD Directive 5230.25. This certification may be requested from the Defense Logistics Services Center, ATTN: DLSC-FBA Federal Ctr., Battle Creek, MI 49017-3084, Telephone 1-800-352-3572. Participation in the programs announced in this RA is limited to U. S. firms as prime contractors. GOVERNMENT FURNISHED PROPERTY: No Government Furnished Property is anticipated under this agreement(s) resulting from this RA. If Government Furnished Property is necessary, it shall be detailed in the proposal. GENERAL: The technical proposal should provide a clear justification for the selection of the critical technologies proposed and their contribution to the overall program goals. The technical proposal should include a clear statement of the objectives and the approach to be pursued, background experience, and the expected contribution of the research to the performance and affordability of the Army's recapitalized legacy/Objective Force Rotorcraft fleet and future large transport rotorcraft. It should also contain a Statement of Work (SOW), program milestones, a biographical section describing key personnel, a description of the facilities to be employed in the effort, and a program management section. The Cost Proposal should include a funding profile (a cost breakout by month), cost breakdown providing man-hours and monthly costs by task, all pricing rates used, and equipment and materials listings, if applicable. The individual critical technologies proposed must be priced as separate tasks in order to facilitate the selection of individual parts of the proposed effort. Subcontractor proposals, if applicable, including pricing rate details, should be provided concurrent with the prime contractor's submission. This RA announcement will remain open until 4:15 p.m., eastern time July 5, 2001. Awards under this announcement are anticipated to be made by September 30, 2001. However, unless the offeror specifies a different expiration time, proposals will be considered valid for Government acceptance through 31 December 2001. The Government reserves the right to select for award any, all, part or none of the proposals received. Further, the Government reserves the right to select for award only a portion of an offeror's proposal (i.e., certain tasks vs total program). Multiple proposals from the same offeror that address different solutions or that address only part of the problem under the announcement will be accepted and evaluated independently. Agreements with cost participation by the Recipient of up to 50% are anticipated. Cost participation may be in the form of cash or in-kind contributions. Cost sharing and matching requirement of Attachment E of OMB Circular A-110 (7/30/76) apply except that Recipients may use their independent research and development (IR&D) funds as cost sharing or matching. Any IR&D contribution must meet all criteria other than paragraph 3b(5) in Attachment E of OMB Circular A-110. Use of IR&D as cost sharing is permitted, whether or not the Government decides at a later date to reimburse any of the IR&D as allowable indirect costs under the commercial cost principles in 48 CFR 31. Real property or nonexpendable personal property purchased with recipient's funds may be included as recipient's cost sharing or matching if recipient notifies grants officer in advance, that such property is being included. To be included, the property must meet the general requirement for recipient's contributions they may count as cost sharing or matching to the extent that they are used for authorized purposes of the agreement, consistent with applicable cost principles. Cost share will be calculated as follows: contractor cash plus in-kind contribution divided by project value. 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. In the case of intellectual property (IP), value of the statutorily protected IP will be based on reasonable use (e.g. license, royalties) charges. These reasonable use costs will be included as cost contribution to the project. The announcement is an expression of interest only and does not commit the Government to pay any response preparation cost. No pre-proposal conference is to be held. Proposals must be submitted in original and four (4) copies. Proposals, excluding the cost section, shall not exceed 30 pages. Proposals should be marked with the above solicitation number and addressed to the Aviation Applied Technology Directorate, AMCOM, and ATTN: AMSAM-RD-AA-C (Sandra Schuck), building 401, Lee Boulevard, Fort Eustis, VA 23604-5577. Three additional copies of the proposal shall be mailed to the following address: Dr. Robert C. Bill, ARL Vehicle Technology Directorate, NASA Glen Research Center MS 501-2, 21000 Brookpark Road, Cleveland, Ohio, 44135. Offerors desiring an explanation or interpretation of this announcement must request it in writing at the above address (Datafax (757)878-0008)or sschuck@aatd.eustis.army.mil. Oral explanations or instructions given before the award of any agreement 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. A copy of any cited reference/clause is available from the issuing office (Sandra Schuck), (757) 878-4819).
- Record
- Loren Data Corp. 20010503/ASOL004.HTM (W-121 SN50K7J5)
| A - Research and Development Index
|
Issue Index |
Created on May 3, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|