Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 27, 2009 FBO #2650
SOLICITATION NOTICE

A -- Hardened Unit Load Device - Reduced Threat

Notice Date
2/25/2009
 
Notice Type
Presolicitation
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Office of the Chief Procurement Officer, Washington, District of Columbia, 20528, United States
 
ZIP Code
20528
 
Solicitation Number
HSHQDC-09-R-00052
 
Point of Contact
Nancy Hoffman,,
 
E-Mail Address
nancy.hoffman@associates.dhs.gov
 
Small Business Set-Aside
N/A
 
Description
Synopsis of Proposed Contract Action: Solicitation No. HSHQDC-09-R-00052. The U. S. Department of Homeland Security (DHS) is issuing a pre-solicitation notice for a requirement, entitled “Hardened Unit Load Device – Reduced Threat (HULD-R),” in support of the Transportation Security Laboratory (TSL), located in Atlantic City, New Jersey. THIS IS NOT A SYNOPSIS FOR A REQUEST FOR PROPOSAL. BACKGROUND. Civil aviation has been one of the prime targets of terrorist attack. Pan Am 103 tragedy has prompted DHS/TSA, and the entire aviation industry to search for innovative solutions that will reduce aircraft vulnerability to onboard bomb threat. The Hardened Unit Load Device (HULD) has been identified as an effective means of improving the survivability of wide-body aircraft from an explosive device hidden in passenger baggage or air cargo. The 9/11 Commission has recommended the use of the HULD for improving cargo security; while the Intelligence Reform and Terrorism Prevention Act had previously directed the Transportation Security Administration (TSA) to conduct a large-scale HULD pilot program. The U.S. Department of Homeland Security (DHS) is committed to using cutting-edge technology in its quest to make America safer. The DHS - Science and Technology Directorate (S&T) is tasked with leveraging scientific, engineering, and technological resources available within the United States to utilize as tools to assist in protecting the homeland. The Passenger Conveyance Protection Program supports this effort through development and evaluation of commercial aircraft blast mitigation technologies that can prevent catastrophic aircraft structural failure in the event of an on-board explosive detonation. The Passenger Conveyance Protection Program focuses on the need to ensure that the security vulnerabilities of the passenger and cargo transportation systems are assessed and mitigated in order to protect these critical networks which support our nation’s citizens and commerce. The goal of this program is to identify conveyance vehicle vulnerabilities and develop blast mitigation technology that contain explosions, mitigate blast effects, and prevent catastrophic structural or critical systems failure. In 1992, the Transportation Security Laboratory began the development of hardened commercial aircraft luggage containers. Since that time, three generations of the Hardened Unit Load Devices (HULDs) have been developed and tested to the same blast resistance requirements (explosive threat mass, location, etc). Existing HULD blast resistance requirements were predicated on the explosive detection capability of first-generation airport explosive detection systems (EDS). Because the detection capability of current generation checked-baggage EDS is substantially improved over the first generation EDS, it is desirable to develop a reduced threat HULD (HULD-R) with the intention of yielding a lighter and less expensive (sub-220lb tare weight and sub-$10K acquisition cost) blast resistant wide-body aircraft lower deck luggage/cargo container which still retains the ability to contain the blast of an IED. The relevant legislation for the Aircraft Hardening Project and associated HULD efforts are the Aviation Security Improvement Act of 1990 (Public Law [P. L.] 101-604) and the Aviation and Transportation Security Act of 2001 (PL 107-71). STATEMENT OF NEED. The purpose of this effort will be to develop a successful Reduced-Threat Hardened Unit Load Device with the following primary objectives: Phase 1, HULD-R Design Development. During this phase, the Contractor shall evaluate, select, fabricate, and submit (to DHS or the Federal Aviation Administration, as appropriate) for testing, HULD-R candidate blast resistant design materials. In addition, the final HULD-R design and subsequent prototype must conform to Federal Aviation Administration (FAA) airworthiness requirements and HULD functional requirements. Upon finalization of HULD-R design material selection, the Contractor shall provide an estimate of HULD-R prototype cost, and tare weight. In addition, the Contractor shall provide experimental data and/or finite element analysis (FEA) that confirms the capability of the HULD-R design under consideration in withstanding blast resistance requirements. At the conclusion of Phase 1, the Contractor shall provide a summary report of Phase 1 findings including recommendations for Phase 2. Phase 2, HULD-R Design Finalization. Based upon the results achieved in Phase 1, the Contractor shall determine candidate HULD-R design material configuration and construction, including the development of a detailed design package which includes process drawings and process specifications. The Contractor shall provide DHS (and its FAA airworthiness counterpart) with copies of the HULD-R design package subsequent to which the Contractor will conduct a Critical Design Review (CDR) during which the Contractor will provide DHS with a detailed review of HULD-R design, construction, and fabrication details. Pending successful completion of the CDR, the Contractor will complete preliminary FAA technical standard order (TSO) certification requirements including obtaining manufacturing approval and design conformity. Upon completion of Phase 2, the Contractor will prepare a summary report of Phase 2 findings including recommendations for Phase 3. Phase 3, HULD-R Prototype Fabrication and Testing. Upon successful completion of Phase 2 (design package acceptance and completion of preliminary FAA requirements), the Contractor shall fabricate a full-scale prototype HULD-R in accordance with the previously approved design package. Upon fabrication completion, the Contractor shall deliver the HULD-R prototype to Explosives Test Range, located at the Aberdeen Proving Grounds (APG) in Maryland. Upon delivery of the prototype HULD-R, DHS shall inspect the prototype for conformance to the design package and pending acceptance. DHS shall conduct explosive testing of the prototype pursuant to the classified test requirements. Upon completion of Phase 3, the Contractor shall report on Phase 3 findings, including analysis of prototype HULD-R explosive test results. In the event that the prototype is determined by DHS to have successfully met the explosive test requirements, the Contractor shall prepare a report summarizing Phase 1-3 efforts which will include details of estimated HULD-R production costs. Pending successful prototype explosive test results, the Contractor shall complete the airworthiness certification process resulting in FAA TSO-C90c approval. In the event that the prototype is determined by DHS as not meeting explosive test requirements, the Contractor shall include a complete failure analysis in the report. The failure analysis shall include recommended HULD-R design changes necessary to prevent failure should development of a subsequent prototype be funded and approved by DHS. The Contractor shall provide all labor and services required in support of the effort. With the exception of the blast testing to be performed at the APG, the Contractor will perform the work required under this effort at its own facilities. The two North American Industry Classification System (NAICS) codes for this procurement are: 1) 336413, “Other Aircraft Parts and Auxiliary Equipment Engineering;” and 2) 541712, “ Research and Development in the Physical, Engineering and Life Sciences (except Biotechnology).” Both have a small business size standard of 1,000. This best value procurement will allow for unrestricted full and open competition, and will be conducted under Federal Acquisition Regulation (FAR) Part 15 source selection procedures. It is the Government’s intent to make one or two awards, issued on a time-and-materials basis. The proposed award(s) will consist of a one-year base period, with one additional one-year option period. Once the solicitation is published, potential Offerors planning to submit a proposal under the resultant solicitation must obtain the original document, and any subsequent amendments, by accessing and downloading them from the Federal Business Opportunities website (www.fedbizopps.gov). Section L of the resultant solicitation will provide instructions regarding the proposal due dat with the associated delivery information, including time and location for receipt of submissions. Prospective Offerors must be registered in the Central Contract Registration (www.bpn.gov). Additional information regarding submission of representations and certifications may be obtained at (www.orca.bpn.gov). The future issuance of the solicitation does not commit the government in making any subsequent award, nor obligate the Government to reimburse any costs incurred by interested parties in responding to the resultant solicitation. The Government also reserves the right to cancel the resultant solicitation in its entirety.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f1f43396ffb0da3d875f55e8d2e3d799&tab=core&_cview=1)
 
Place of Performance
Address: Contractor's facilities and Aberdeen Proving Ground, Maryland., United States
 
Record
SN01757312-W 20090227/090225221140-f1f43396ffb0da3d875f55e8d2e3d799 (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.