Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 09, 2002 FBO #0189
SOLICITATION NOTICE

15 -- Improved Loads Determination

Notice Date
6/7/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Aviation Applied Technology Directorate, Ft. Eustis DAAH10, ATTN: AMSAM-RD-AA-C, Building 401, Lee Boulevard, Fort Eustis, VA 23604-5577
 
ZIP Code
23604-5577
 
Solicitation Number
DAAH10-02-C-0059
 
Response Due
7/25/2002
 
Archive Date
8/24/2002
 
Point of Contact
Tremayne Terry, (757) 878-4825
 
E-Mail Address
Email your questions to Aviation Applied Technology Directorate, Ft. Eustis DAAH10
(tterry@aatd.eustis.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA The Aviation Applied Technology Directorate (AATD) is soliciting technical and cost proposals for conduct of a Research and Development (R&D) program entitled, ?Improved Loads Determination.? Proposals are required to be submitted in accordance with the g uidelines set forth herein. This Broad Agency Announcement (BAA) constitutes the total solicitation. There will be no formal Request For Proposals (RFPs), other solicitation requests, or other information regarding this requirement. TECHNICAL DESCRIPTION OF PROGRAM: Data manipulation and analysis technologies have revolutionized how data is used to enhance design of aircraft. The use of these technologies to evaluate trends and forecast future events shapes and refines the outcome of the product. The ae rospace community has looked at data manipulation for its value as an analysis tool on helicopter usage and maintenance. Data manipulation is also a tool that can be applied to the design process of the aircraft. Though many aerodynamic trends are intuiti ve to design engineers, there are other trends not yet realized. By taking existing data on aircraft design and performance engineers can look for these useful trends with data manipulation and analysis and integrate them into the design process. For decades the Army has flight tested its aircraft for numerous purposes. During flight tests volumes of data are gathered and stored to verify the aircraft is performing as expected. Through the use of data manipulation and analysis, this data is not on ly useful in verification of expected performance but also in designing future upgrades and new aircraft. AATD desires research and development of data manipulation and analysis technologies such as data mining, knowledge discovery, rule-based forecasting , artificial intelligence and/or evolutionary computation for use in the design phases of rotorcraft. These tools are to be used to obtain high fidelity results in loads prediction for use in the design phase. Technologies should include the ability to a nalyze existing data of various types and produce trends and suggestions to be utilized in the design phase of Army manned and unmanned air vehicles. The technologies should also be useful in ?real-time? such that data gathered on current models can be ef ficiently analyzed and applied to block upgrades and new model designs during the design phase. The product should be highly accurate and reliable such that future flight test costs could be offset by the use of this tool in the design phase. The proposa l must address the validation of the solution to rotorcraft technology. GFD, if available, may be provided to successful offerors. Offerors should indicate what type of GFD is required and indicate an alternate source of validation data should GFD not be available. The solution should be useable on a variety of types of data such that it can be tailored and applied to design of future projects. The output should show not only the trends but also the factors involved in those trends. Since this is to be a design tool it should be easy to search whole or partial lists of data. The user interface should have a selection of forecasting new trends as well as selecting an outcome performance measure and obtaining a list of the factors that determine it and th eir importance. ANTICIPATED FUNDING LEVEL AND PERFORMANCE PERIOD: Planned funding for all acquisitions to satisfy this topic is about $800k total over two (Government) fiscal years, beginning in FY02. Proposals must follow the guidelines described in thi s solicitation. Also, any Government Furnished Equipment (GFE) requirements must be detailed. DELIVERABLES: All contracts awarded under this solicitation will require delivery of the following data items: (1) Management Plan, (2) Test Plan (if applicab le), (3) Bi-Monthly Cost and Performance Reports, and (4) Final Report. FINAL BRIEFING: All contracts awarded under this solicitation will include a requiremen t for the Contractor to present the results of their work in a final briefing at Ft. Eustis, Virginia upon completion of all technical work under the contract. EVALUATION CRITERIA: The selection of one or more sources for contract 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 each topic. Proposed cost will be evaluated, as appropriate, for realism and reas onableness. The evaluation criteria are: (1) The extent to which the proposed work satisfies an Army research need by use of innovative, efficient, affordable, and suitable approaches to the stated technical problem; (2) The merit of the offeror?s propos ed 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; and (5) Cost and risk to the Government. There will be no formal RFP, other solicitation requests, or other information regarding these requirements. SECURITY REQUIREMENTS: All work performed under resulting contracts will be unclassified and will not require access to classified material. A determination has been made that performance under the contracts will require access to and/or generate technical data the export of which is restricted by the Arms Export Control Act (Title 22, U.S.C., Sec. 2751 et. seq.) or Execut ive 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 Logis tics Services Center, ATTN: DLSC-FBA Federal Ctr., Battle Creek, MI 49017-3084, Telephone 1-800-352-3572. Participation in the programs announced in this BAA is limited to U.S. and Canadian firms. GENERAL INFORMATION: Guidance provided in this section applies to all proposals submitted under this announcement. Proposals submitted must consist of a clear statement of objectives, a technical section which should include, but not be limited to, background experience, concepts and ideas, methodology, expe cted contribution of the research to the Army mission, a Statement of Work (SOW) and milestones, a technical plan, a biographical section describing key personnel, a funding profile (a cost breakout for each calendar year), a cost proposal, and a program m anagement section. The cost proposal must include cost breakdown providing man-hours by task, all pricing rates used, and equipment and materials listings, if applicable. Use of separate volumes for technical and cost data is acceptable but not required. Subcontractor proposals, if applicable, including pricing rate details, should be provided concurrent with the prime contractor?s submission. This BAA topic will remain open until 4:15 p.m., EST, July 25, 2002. Proposals submitted after the cutoff date will be handled in accordance with FAR 52.215-1. A copy of this provision may be obtained from the procuring office. Awards under this announcement are anticipated to be made prior to 30 September 2002. However, unless the offeror specifies a different expiration time, proposals will be considered valid for Government acceptance through 31 March 2003. The Government anticipates multiple awards under this announcement, though no minimum or maximum number of awards can be guaranteed. The Government rese rves 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 port ion of an offer?s proposal (i.e. certain tasks vs. total program). Multiple proposals from the same offeror that address different topics, that propose different solutions under a single topic, or that address only part of the problem under a topic will b e accepted and evaluated independently. The Government anticipates award of a firm-fixed-price type contract. This announcement is an expression of interest only and does not commit the Government to pay any response preparation cost. No pre-proposal con ference will be held. Proposals must be submitted in original and four (4) copies. Proposals, excluding the cost section, shall not exceed 20 pages. Proposals should be marked with the above solicitation number and addressed to the Aviation Applied Tech nology Directorate, AMCOM, AMSAM-RD-AA-C (T. Terry), Fort Eustis, VA 23604-5577. Offerors desiring an explanation or interpretation of this solicitation must request it in writing at the above address, datafax at (757) 878-0089, or e-mail: tterry@aatd.eus tis.army.mil. Oral explanations or instructions given before the award of any contract will not be binding. Any information given to a prospective offeror concerning this solicitation, which is necessary in submitting offer or the lack of which would be prejudicial to any other prospective offeror(s), will be published as an amendment to this announcement. Any additional contracting and technical issues should be submitted in writing to the Contract Specialist, Tremayne W. Terry, via the above datafax nu mber or e-mail address. All responsible sources may submit a proposal which will be considered by this agency. Offerors are cautioned that only Contracting Officers are legally authorized to commit the Government. See Numbered Note(s): 26
 
Place of Performance
Address: Aviation Applied Technology Directorate, Ft. Eustis DAAH10-02-C-0059 ATTN: AMSAM-RD-AA-C, Building 401, Lee Boulevard Fort Eustis VA
Zip Code: 23604-5577
Country: US
 
Record
SN00090086-W 20020609/020607213212 (fbodaily.com)
 
Source
FedBizOpps.gov 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.