SOLICITATION NOTICE
A -- Using the Broad Agency Announcement (BAA) process, the Aviation Applied Technology Directorate (AATD) is soliciting technical and cost proposals to conduct applied research and development in Advanced Mechanical Systems Technology.
- Notice Date
- 4/2/2010
- Notice Type
- Presolicitation
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- Aviation Applied Technology Directorate (AMCOM-CC), ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard, Fort Eustis, VA 23604-5577
- ZIP Code
- 23604-5577
- Solicitation Number
- W911W6-10-R-0003
- Response Due
- 5/17/2010
- Archive Date
- 7/16/2010
- Point of Contact
- Wilma Estrada, 757-878-5003
- E-Mail Address
-
Aviation Applied Technology Directorate (AMCOM-CC)
(wilma.estrada@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Using the Broad Agency Announcement (BAA) process, the Aviation Applied Technology Directorate (AATD) is soliciting technical and cost proposals to conduct the 6.2 Research and Development in the following topic of interest: Future Affordable Turbine Engine (FATE) Advanced Mechanical Systems Technology. The proposals are required to be submitted in accordance with the guidelines set forth herein. This Announcement constitutes the only solicitation. There will be no formal Request For Proposals (RFPs), other solicitation requests, or other information regarding these requirements. INTRODUCTION: The Army is anticipating the development of a new centerline turboshaft engine for use in current and Future Force rotorcraft. This effort, known as the FATE program, will demonstrate advanced turboshaft engine technology in a 7000 horsepower class engine. The FATE program will be conducted under the Department of Defense/National Aeronautics Space Administration/Department of Energy (DoD/NASA/DOE) Versatile Affordable Advanced Turbine Engine (VAATE) program and will consist of a five-year technical effort beginning in Fiscal Year (FY) 12 to demonstrate a reduction in specific fuel consumption (SFC), an increase in shaft horsepower to weight ratio, a reduction in production and maintenance cost, and a design life of 6000 hours. In order to meet the aggressive goals of the FATE program, significant advancement in mechanical systems technology will be required. The aggressive performance goals of the FATE program dictate a need for increased rotational speeds, temperatures, and pressures. These conditions create significant challenges for the individual mechanical components within the turboshaft engine. The higher rotational speeds will result in greater centrifugal forces, creating durability and damage tolerance challenges. Additionally, the development of seals, bearings, rotor support systems, and lubrication systems that tolerate the increased cycle temperatures, pressures, and speeds while maintaining minimal weight and performance penalties will be a substantial challenge. Therefore, the objective of this announcement is to develop and validate critical advanced mechanical systems technologies that improve the performance, durability, and/or affordability necessary to enable FATE technology level turboshaft engines. This program seeks to advance the Technical Readiness Level (TRL) of candidate FATE mechanical systems technologies from a TRL 2 to a TRL 4. TRL 2 is defined as developing the technology concept and/or application, while TRL 4 is defined as having completed component validation in a lab environment. TECHNICAL DESCRIPTION: It is the Governments desire to conduct a technology development effort focused on advanced mechanical systems technologies for FATE technology level turboshaft engines. The program shall utilize a notional FATE turboshaft engine design to establish the operational requirements and potential payoffs of the proposed concepts relative to the FATE engine performance, cost, and durability/life goals. The notional FATE engine should be a free shaft engine and designed to achieve the following goals that are based on a configuration that does not include a reduction gearbox, but does include an inlet particle separator: 0.32 Specific Fuel Consumption (based on 7000 SHP engine @SLS, IRP point); 9.7 Horsepower to Weight ratio @ IRP (7000 SHP); greater than or equal to 6000 hours design life, 15000 cycles cold parts, 7500 cycles for turbine blades and combustor liners (to crack initiation); 125 $/HP per engine production cost (including control system and IPS); 45% Reduction in maintenance cost in $ per engine flight hour (relative to Offerors proposed baseline); 20% Reduction in development cost (relative to Offerors proposed baseline); Efficient operation at part power is desired. Note: For engine level goals, specific fuel consumption, horsepower to weight and life are weighted higher than development, production, and maintenance cost. The Offeror shall define the anticipated mechanical systems configuration and performance characteristics consistent with their FATE design. The Offeror shall design, fabricate, and perform validation testing of the proposed mechanical systems technologies considered critical to their envisioned FATE goal achievement. Validation testing shall be conducted at the bench and/or rig level in an environment that simulates notional FATE engine operational conditions and shall be performed to validate rotor dynamic, thermal, and/or mechanical performance. The Advanced Mechanical Systems Technology Program will be an integral part of the DoD/NASA/DOE VAATE program. Although a Government approved Advanced Turbo Propulsion Plan (ATPP) will eventually be required for any successful Offerors, such a plan is not required in order to be eligible for an award under this solicitation. DELIVERABLES: All agreements will require delivery of the following data items: (1) Program Plan (delivered 45 days after contract award), (2) Design Review Briefing Charts, (3) Test Plans, (4) Quarterly Progress, Cost, and Performance Reports, (5) Final Report, (6) Final Briefing at Fort Eustis. All deliverable data may be in the format of selected Offeror(s). SECURITY REQUIREMENTS: Unclassified, subject to export controls. Performance will require access to and/or generation of technical data, the export of which is restricted by the Arms Export Control Act (Title 22, U.S.C., Sec. 2751 et. seq.) or the Export Administration Act of 1979, as amended, Title 50 U.S.C. App 2401 et seq. Prior to award, the successful Offeror(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 Center, Battle Creek, MI 49017-3084, Telephone 1-800-352-3572. DATA RIGHTS: The Government desires, at a minimum, Government Purpose Rights (defined at DFARS 227.71), to all technical data and computer software to be delivered. The proposal shall clearly acknowledge or take exception to the Governments desire for Government Purpose Rights. DESIRED PERFORMANCE PERIOD: Efforts should not exceed 36 Months total (33 technical and 3 for Data/Final Report). EXPECTED AWARD DATE: August 2010. If no meritorious proposals are received, the Government reserves the right to make no awards. The Government reserves the right to select for award only a portion of an Offerors proposal (i.e. certain tasks vs. total program). ANTICIPATED FUNDING: The Government Funding for the program is $1,600,000 distributed by fiscal year as follows: FY10/11-$500K, FY12-$500K, FY13-$600K. GOVERNMENT FURNISHED EQUIPMENT, PROPERTY, AND DATA: Government furnished equipment, property, and data are not anticipated to be required. However, it is the Offeror's responsibility to identify, coordinate, and furnish supporting documentation for use of any Government furnished equipment, property, or data. TYPE OF FUNDING INSTRUMENT: Due to the commercial application of this technology, the Government anticipates an award of a Technology Investment Agreement (TIA) (Cooperative Agreement under 10 U.S.C 2358) or Other Transaction (OT) for Research (10 U.S.C. 2371) which are more flexible than traditional Government funding instruments. Under TIAs or OTs, it is DoD policy to obtain, to the maximum extent practical, cost sharing of half of the cost of the project to ensure the recipient has a vested interest in the project's success. TIAs with, to the maximum extent practicable, cost participation of 50% are anticipated because the technology has dual-use potential and performers of the program will benefit from commercialization. Cost participation may be in the form of cash or in-kind contributions, where cash is considered of significantly higher quality in demonstrating commitment to the project. Cost participation will be considered in accordance with the DoD Grant and Agreement Regulations, DoD 3210.6-R 37. DoD 3210.6-R paragraph 34.13 (Cooperative Agreement) but also see paragraph 37.530 pertaining to OT. SIZE STATUS: Due to the complexity and technical considerations of this program, this solicitation is not set-aside for small businesses. NOTICE TO FOREIGN OWNED FIRMS: Participation in this program is limited to U.S. Firms as Prime Contractors; however, Subcontractors may be foreign-owned. PROPOSAL PREPARATION INSTRUCTIONS: Offerors may submit multiple proposals in response to this BAA. 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. Proposals shall consist of two volumes--Technical and Cost. Proposals shall clearly define any teaming arrangements proposed and identify the roles and relationship of the contractor team. TECHNICAL VOLUME: The technical proposal should provide a clear justification for the selection of the proposed advanced mechanical systems technology. The justification/rational supporting the proposed technology should be based upon the potential contribution to the overall achievement of the FATE engine level performance, durability, cost, and life goals. The proposal should include a Statement of Work (SOW) that utilizes the following general task outline: 1) Task I Design; 2) Task II Fabrication; 3) Task III Validation Testing; and Task IV Management and Reporting. The technical proposal should also include a clear statement of the program objectives and the specific approach to be pursued and supporting background experience. It should also contain program milestones, a brief biographical section describing key personnel, a brief description of the facilities/capabilities to be employed in the effort, and a program management section. The Offeror will also identify how the proposed propulsion technology is integral to its ongoing efforts to develop or support an ATPP for VAATE. COST VOLUME: The cost proposal shall include the following: a) A funding profile of cost and man-hours by month totaled by Government fiscal year for each task and the total program; b) Cost at the total program level showing all cost elements by cost category (including applicable rates and factors) by year (calendar or contractor year used to develop proposed rates and factors). c) Present all costs by cost category by separate individual tasks by Government fiscal year in order to facilitate selection and potential award of individual parts of the proposed effort and d) display cost share for each Government fiscal year. Subcontractor proposals, if applicable, including pricing rate details, should be provided concurrent with the prime contractors submission. Subcontractor proposals may be provided directly to the Government due to any proprietary nature of the proposal. The cost proposal shall not contain overflow of information suited for the technical proposal. Any technical information in the cost proposal will not be evaluated. In the case of any conflict between the two proposals, cost information in the cost proposal will take precedence. Proposals must be submitted in original and five (5) copies. You are encouraged to submit cost proposals on electronic media using Microsoft Excel 2007 or compatible. Electronic cost data submission does not relieve the Offeror from the responsibility for submission of an original signed hard copy of the cost proposal along with all supporting rationale. SUBMISSION: Proposals, excluding the cost section, shall not exceed 30 pages. Page limit is exclusive of title page, section dividers, table of contents, list of figures/tables, glossary of terms and cross-referencing indices which are not considered content pages. The evaluators will read only up to the maximum number of pages specified. A page is defined as one (1) side of standard 8 1/2 in. x 11 in. paper, font size Times New Roman 10 or larger, proportional spacing permissible, newspaper copy type style (two column permissible), one (1) inch margin all sides, single spaced. Types smaller than 10-pitch are permitted only for captions, sub/super-scripts and labeling of figures and graphs. Any charts or graphs must be clearly legible. Foldouts are permissible; however, each 8 in. x 11 in. fold will count as a page. All pages shall be numbered. Proposals are due not later than 2:00 PM EDT 17 May 2010 in electronic format on disc (PDF or MS Word) and six (6) paper copies to the Aviation Applied Technology Directorate, Attn: CCAM-RDT (Wilma L. Estrada), Building 401, Lee Boulevard, Fort Eustis, VA 23604-5577. Facsimile and electronic proposal submission is not authorized under this Announcement. The cost proposal electronic copy will be used for verification purposes and needs to be delivered in Excel or other compatible format. Proposals submitted after the closing date/time will be handled in accordance with FAR 52.215-1, Instructions to Offerors - Competitive Acquisition. A copy of this provision may be obtained from http://farsite/hill.af.mil. The draft agreement, accessible at the following link, http://www.aatd.eustis.army.mil/docs/TIA_AMS_Tech_v1.doc should be reviewed by the Offerors. Comments regarding the draft agreement shall be provided within the Offerors cost proposal. This announcement is an expression of interest only and does not commit the Government to pay any proposal preparation costs. A pre-proposal conference will not be held. Proposals shall be considered valid for 210 days from the date that this announcement closes unless specifically stated otherwise. Offerors desiring an explanation or interpretation of this announcement must submit a request in writing to Ms. Wilma Estrada, Contract Specialist, email: wilma.estrada@us.army.mil. To ensure a timely response, written questions should be submitted not later than 4:00 p.m. local (Fort Eustis) time, 3 May 2010. Any information given to a prospective Offeror concerning this Announcement, which is necessary in submitting an offer or the lack of which would be prejudicial to any other prospective Offeror(s), will be published as an amendment to this Announcement. Offerors should be alert for any amendments to this Announcement. Any award made under this Announcement is contingent upon the availability of appropriated funds for which payment for program purposes can be made. EVALUATION CRITERIA/BASIS FOR AWARD: Evaluation criteria are stated below with the following order of importance: 1) and 2) are equal and significantly more important than 3), 4), and 5) which are equal. 1. The extent to which the proposed component configuration / technologies satisfy the Army research objectives and goals by use of innovative, creative, efficient, and affordable solutions. 2. The merit of the Offerors proposed approach to accomplish the scientific and technical objectives. This includes the reasonableness of the proposed work plan, schedule, and program risk for achieving the program goals / objectives. 3. The availability, experience and qualifications of the scientists, engineers, technicians and other proposed personnel. 4. The suitability and availability of proposed facilities. 5. Realism of the proposed man-hours, materials and other costs to accomplish the proposed effort. Whether costs reflect a clear understanding of the program requirements and are reasonable & consistent with the various elements of the Offerors technical proposal. Any proposed cost share will be evaluated for its benefit in reducing program risk, achieving program objectives, and furthering the state-of-the-art. The amount of cost sharing percentage could result in greater evaluation credit. Cost to the Government is also an important consideration.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/a695326602a9716289b18d8a4313bf9f)
- Place of Performance
- Address: Aviation Applied Technology Directorate (AMCOM-CC) ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard Fort Eustis VA
- Zip Code: 23604-5577
- Zip Code: 23604-5577
- Record
- SN02112167-W 20100404/100403000102-a695326602a9716289b18d8a4313bf9f (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 |