MODIFICATION
28 -- Rotorcraft Advanced Engine Integrated Controls System (RAEICS) Conceptual Design and Trade Analysis
- Notice Date
- 5/8/2014
- Notice Type
- Modification/Amendment
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- ACC-RSA-AATD - (SPS), ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard, Fort Eustis, VA 23604-5577
- ZIP Code
- 23604-5577
- Solicitation Number
- W911W6-14-R-0005
- Response Due
- 5/20/2014
- Archive Date
- 7/7/2014
- Point of Contact
- Ann M. Calvin, (757) 878-5703
- E-Mail Address
-
ACC-RSA-AATD - (SPS)
(ann.m.calvin@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Amendment 0001 to Solicitation is issued to insert the following language to the COST VOLUME paragraph after the following sentence, quote mark Subcontractor cost proposals, if applicable, including pricing rate details, should be provided concurrent with the prime contractor's submission. quote mark For proposed subcontracts over $150,000, offerors shall provide a separate fully completed Cost Proposal Spreadsheet in support of the proposed costs. This spreadsheet, along with supporting documentation, must be provided either in a sealed envelope with the prime's proposal or directly to the Contracting Point of Contact at the same time the prime proposal is submitted. The subcontractor proposal should identify the proposal title, the prime Offeror, and that the attached proposal is a subcontract. There is NO Change to the required proposal due date. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. DESCRIPTION: Using the Broad Agency Announcement (BAA) process, the Aviation Applied Technology Directorate is soliciting technical and cost proposals to conduct a 6.2 Applied Research program for research and development effort entitled Rotorcraft Advanced Engine Integrated Controls System (RAEICS) Conceptual Design and Trade Analysis. Interested sources shall submit proposals in accordance with the guidelines contained in this announcement. This BAA constitutes the total solicitation for the RAEICS program. There will be no other notices issued in regard to this funding opportunity. Interested sources should be alert for any amendments. INTRODUCTION: The primary objective of the RAEICS program is to develop a conceptual design of an advanced engine control system that enables innovative, high performance propulsion capabilities envisioned for Future Vertical Lift (FVL) platforms and explores physical and functional integration approaches with other platform systems that maximize performance / operational capability and reduces associated life cycle costs for future rotorcraft. A secondary objective is to develop the associated technology maturation plan necessary to enable transition of the selected RAEICS conceptual design to a future rotorcraft, such as, Future Vertical Lift platform in the 2025 timeframe. This research effort is intended to explore foundational ideas/plans/trades using engine-centric component/subsystem and system approaches to determine the potential benefits of advanced future engine controls architecture and how it best integrates with other platform systems such as vehicle management and health management for next generation Army platforms. The Army continues to develop the requirements for a fleet of next-generation rotorcraft known collectively as FVL. These new clean-sheet platform designs provide opportunities for optimization of advance engine control system architectures and their potential integration with vehicle flight controls, vehicle management, health management and other systems to maximize air platform performance while minimizing cost of ownership. Although mission requirements for FVL rotorcraft are still in development, the trending indicates future air platforms are expected to perform more demanding/complex combat missions. With this trending of more demanding mission requirements for future rotorcraft, the air platform/propulsion system will likely increase in complexity at the system and subsystem level. The current fleet of DoD rotorcraft cannot continue to be incrementally improved to meet future operational requirements. Significant improvement in vertical lift, range, speed, payload, reduced pilot workload, survivability, reliability, and logistical footprint are all required to meet future anticipated needs. Furthermore, operational costs must be reduced to a fraction of those for the current fleet. As missions get more demanding, the pilot will continue to need technology which assists him to accomplish these missions. DoD research in the last two decades indicates that advanced propulsion control technologies, have a significant part to play in achieving these desired attributes and that more integrated platform concepts should be investigated to maximize desired outcomes. This BAA is issued under the authority of the Federal Acquisition Regulation (FAR), 6.102(d)(2) and 35.016, and Chapter 1, Subchapter C of Title 32, Code of Federal Regulations (Reference (b)) and Chapter XI of Title 2, Code of Federal Regulations (Reference (c)). References (b) and (c) are also known and referred to collectively in this directive as the quote mark DoD Grant and Agreement Regulations. The Government's selection of proposals will be based upon an Evaluation Review of submitted proposals. TECHNICAL DESCRIPTION: The Aviation Applied Technology Directorate (AATD) is interested in conducting a research and development effort to complete conceptual design/trade analyses of an advanced controls system configured for an advanced engine. The RAEICS program is an engine centric conceptual design and trades analysis effort that seeks to leverage advancements in electronics, computing processing, innovative architectures, software, etc. to provide an affordable, high performance engine control system that will meet the reliability and performance capabilities envisioned for future advanced propulsion systems. The RAEICS effort will explore innovative engine control technologies and approaches that enable a highly capable and affordable engine control system that maximizes platform performance and utility over a full spectrum of expected operations. This advanced controls effort will also investigate the merits and methods to optimally integrate the advanced engine control system with other future platform subsystems such as Vehicle Management and Health Management. The effort shall quantify the potential benefits, at the engine and airframe system level, for the candidate approaches. The RAEICS effort shall establish the potential system level pay-offs (e.g. improved fuel burn, platform operational performance/effectiveness, pilot workload, weight, O&S cost, reliability, etc) of the chosen conceptual design for a notional future platform, such as FVL. The RAEICS effort shall define a notional advanced propulsion system in the 2025 time frame to serve as baseline for trades and benefit analyses. Concepts in this time frame will likely include many advanced features such as: smart adaptive heat-exchangers/recuperators, active surge/clearance controls, variable speed power turbine, adaptive cooling technologies, adaptive/variable exhaust systems, high/low spool adaptive power extraction technologies, electric accessory approaches, smart inlet filtration systems, and multi-engine/compound drivetrains. The Offeror shall execute engine-centric trade investigations to determine the best advanced controls approaches needed to accommodate the advanced engine configuration selected. Examples of controls technology areas of interest are: distributed controls, high temperature electronics, fail-safe communication networks/architectures, standardized robust high quality power conditioning and distribution, more electric engine(MEE) concepts, distributed smart modules, affordable modular packaging, joint common architectures, thermal management, adaptive (convergent) controls, advanced model-based controls, multi-mode/multi-variable controls, reconfigurable engine controls, virtual sensors, advanced integrated control approaches and significantly improved Condition Based Maintenance /Prognostic Health Management(CBM/PHM) strategies. The RAEICS effort shall also establish a platform baseline definition with quantifiable metrics to evaluate the benefits of advanced engine controls at a rotorcraft system level. The baseline definition shall address, as a minimum, the following engine capabilities or lack thereof: responsiveness to rotorcraft maneuvers, adaptability to account for engine deterioration, adaptability to optimize performance in off-design conditions (including variable output speed capability and adaptive fuel metering), and the ability to vary propulsion inlet and exhaust conditions to optimize performance for specific mission operational needs. It is recognized that proposed baselines, engine and rotorcraft, may have limited or no capability for some of the functions listed above. The Offeror should therefore clearly identify what functional capabilities are expected to be added, enabled or enhanced by the proposed RAEICS concept(s). The platform baseline description shall also include a physical view and functional view description of the integration of the platform systems will be considered in the trade analyses. As a minimum, the physical integrations (shared processing resources, busses, electrical power, etc.), data requirements, utilization, quality (rates, precision, accuracy, criticality, etc.), and functional integration (shared requirements of the engine control system with other subsystems, requirements generated by one subsystem and utilized by the others, etc.) will be described to support comparative trades and analyses. Although a conventional rotorcraft (e.g. currently fielded DoD system) can be selected for the platform baseline, the Government prefers a notional vehicle in the 2025 timeframe, such as the FVL concept, be utilized in the RAEICS program. The intent is to identify the benefits to future rotorcraft by comparing concepts based on traditional non-integrated subsystems approaches with a more integrated engine/platform approach. The offeror shall also define platform mission(s) that will be used to quantify the operational benefits associated with the RAEICS conceptual design. The Government prefers the mission analyses show relevancy to expected operational needs, such as defined for FVL, and quantify payoffs in terms of mission fuel burn, vehicle payload, and maneuverability and lifecycle costs (maintenance, volume, parts count, etc.). The RAEICS effort should focus on discerning the merits of the innovative engine control technologies and approaches that enable a highly advanced engine control system to maximize platform performance and utility over a full spectrum of expected operations. The offeror shall also determine the most promising, suite of engine/platform controls technologies, and shared functionalities to enable significantly improved system level performance across the mission spectrum for airframe configurations of interest while providing high levels of durability, reliability, and maintainability resulting in reduced life cycle cost for future Army Aviation platforms. These program integration trades will investigate, as a minimum, options for physical distribution and functional sharing of data sources and processing capability to and from other platform systems such as vehicle flight controls, vehicle management and health management systems to maximize/enable vehicle performance capabilities while reducing platform life cycle costs. The overall implications of the integration options considered need to include as a minimum: vehicle life cycle cost, shared-data quality/accuracy standards, system integration issues, vehicle weight, vulnerability, reliability, and impact on current vehicle qualification standards for the systems impacted. The RAEICS concept design should seek to optimize future Army aircraft mission performance (fuel consumption, range, time on station, etc) across the full spectrum of ambient conditions (high hot, high cold, etc). While improved mission performance is a priority, the Offeror's proposed RAEICS concept(s) must also consider system level trades that optimize weight, cost, durability, maintainability, and reliability. As such, the offeror shall use well-defined methodologies and analysis techniques in their system trades to demonstrate a rationale for why the final down-selected RAEICS concept is the best total system approach in terms of all design aspects. Certain key identified technologies may leverage other key technologies in an integrated approach that will yield specific system level performance benefits. It is important that these integrated performance benefits be clearly identified to substantiate the benefits of, and the emphasis for, development of the key identified integrated sub-system technologies. Note: Existing redundancy requirements for flight or mission critical hardware must still be met in any selected approach. Offerors shall consider qualification requirements in the RAEICS design chosen for study (e.g. MIL-STD-810G for system durability, MIL-STD-461F as modified by ADS-37A-PRF for EMI, MIL-STD-704C for aircraft power compatibility, DO-178C for software, and DO-254 for hardware). Program efforts shall identify the program risks and potential new requirements to qualify the RAEICS concept to a future rotorcraft, such as a FVL platform. Lastly, the RAEICS effort shall develop the associated technology maturation plan necessary to support transition of the selected RAEICS conceptual design to a future rotorcraft platform, such as FVL, in the 2025 timeframe. As part of the proposed RAEICS effort, the offeror shall make recommendations relative to technology gaps/shortfalls for the resultant down-selected technologies identified in the final conceptual design and the need for specific component/ Subsystem/system technology development efforts. The recommendations should prioritize the critical component/subsystem/system technology development needs/plans to meet the technical objectives of the offeror's RAEICS conceptual design. The prioritization process should clearly identify the associated risk and payoffs of the candidate RAEICS technologies and the criteria used (such as current TRL level) to recommend future investments. ANTICIPATED PERIOD OF PERFORMANCE: Not to exceed 24 Months Total (21 for technical effort and 3 for Final Report). Offerors should clearly depict their proposed schedule. ANTICIPATED AWARD DATE: Staggered awards are possible starting in 4th quarter FY14, subject to the availability of funds. ANTICIPATED GOVERNMENT FUNDING: Available Government funding is approximately $1.5M for all awards. Government fiscal year distribution is as follows: FY14 $300k, FY15 $800k, FY16 $400k. To adequately invest in and maximize the breadth of technology developed, there is a potential to make up to two (2) awards for differing RAEICS conceptual designs. Any awards made under this announcement may be incrementally funded and are subject to the availability of funds. TYPE OF FUNDING INSTRUMENT: The Government prefers offerors propose a Technology Investment Agreement (TIA) (Cooperative Agreement in accordance with 10 U.S.C 2358) and Chapter 1, Subchapter C of Title 32, Code of Federal Regulations Section 37 (Reference (b)) and Chapter XI of Title 2, Code of Federal Regulations (Reference (Reference (c))., which is more flexible than traditional Government funding instruments. This does not preclude other funding instruments from being used. A variety of funding instruments are available pursuant to this announcement depending upon the proposed effort, the entity submitting the successful proposal(s), and statutory and regulatory requirements the Government must satisfy. Such instruments include conventional Cost-Plus-Fixed-Fee (CPFF) contracts subject to the Federal Acquisition Regulation, as supplemented. Other Transaction (OT) for Research (10 U.S.C. 2371) is also an acceptable funding instrument. Under TIAs or OTs, it is DoD policy to obtain, to the maximum extent practical, cost sharing of half the cost of the project to ensure the recipient has a vested interest in the project's success. 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 32 CFR CH I, Section 37.530. The type of funding instrument is a subject for negotiation, but the offeror's desire shall be clearly stated in the cost proposal. DATA ITEMS/DELIVERABLES: All awards under this Announcement will require a kickoff meeting following award. In addition, all agreements will require delivery of the following data items or deliverables: (1) Program Plan (delivered 45 days after award), (2) Briefing Charts, (3) Bi-Monthly Progress, Cost and Performance Reports, (4) Final Report, (5) Final Briefing at Ft. Eustis (Note: Each of these items shall be delivered in Contractor's format). SECURITY REQUIREMENTS: This effort will likely generate technical data that is subject to export control laws and regulations. Only those offerors registered and certified with the Defense Logistics Services Center (DLSC) and that have a legitimate business purpose may participate in this BAA. Contact the Defense Logistics Services Center, 74 Washington Avenue N., Battle Creek, Michigan 40917-3084 (1-800-352-3572) for further information on the certification process. Offerors must submit a copy of the offerors' approved DD Form 2345, Militarily Critical Technical Data Agreement, with its proposal. The Government does not anticipate the generation of classified data as part of this effort. Pre-award access to or submission of a classified proposal is not authorized. DATA RIGHTS: The Government prefers, quote mark Unlimited Rights quote mark, and requires at a minimum, quote mark Government Purpose Rights quote mark as defined by the DFARS 252.227-7013, to all technical data, deliverables, and computer software developed under this program, and no limitations on the use of delivered and/or residual hardware. It is the offeror's responsibility to clearly acknowledge or take exception to the Government's desire for at least quote mark Government Purpose Rights. quote mark Ambiguities will be negatively evaluated against the Offeror. The Contractor should propose legends for each data item identified as other than unlimited rights. In addition, all offerors shall identify the technical data or computer software that they assert would be furnished with restrictions on use, release or disclosure if an award is made under this announcement. This information shall be provided with your proposal using the format/table included in DFARS 252.227-7017 Identification and Assertion of Use, Release or Disclosure Restrictions. GOVERNMENT FURNISHED PROPERTY AND DATA: It is the Offeror's responsibility to identify, coordinate and furnish supporting documentation in the proposal for use of any Government furnished equipment or property. No government furnished data will be provided. Offerors must have access to or be capable of generating the data required to develop and validate the systems proposed. SUBCONTRACTING PLAN: Not applicable if proposing award under a non-FAR instrument (i.e. TIA) or if the offeror is a SMALL BUSINESS CONCERN. Pursuant to the requirements of FAR part 19.702(a)(1), if the total amount of the proposal exceeds $650,000, and there are subcontracting possibilities, offerors must submit a subcontracting plan. FAR part 52.219-9 defines a subcontracting plan and its requirements. Offerors shall incorporate the subcontracting plan as part of the Offeror's proposal submission. DFARS 226.370-8 discusses subcontracting incentive and goals with the Historically Black Colleges and Universities and Minority Institutions. DFARS 219.708(b)(1)(A) and (B), discusses the appropriate use of DFARS Clauses 252.219-7003 and 252.219-7004 in solicitations and contract related to small, small disadvantaged and women-owned small business subcontracting plans. Offerors are cautioned that in solicitations where subcontracting opportunities exist, the Government will not execute a contract unless the Contracting Officer determines that the negotiated plan provides the maximum practicable opportunity for SBs, SDB, WOSB, HUB Zone, and Veteran-owned Small Business concerns or HBCUs/MIs to participate in the performance of the contract. Offerors should note that DFARS 219.705-4 provides for a goal of 5% for SDB concerns and HBCUs/MIs. NOTICE TO FOREIGN OWNED FIRMS: Participation in this program is limited to U.S. Firms as Prime Contractors; however, foreign owned entities can participate as subcontractors/recipients to U.S. prime contractors/recipient. The U.S. prime entity retains responsibility for compliance with U.S. export controls. Interested entities must address export compliance of any foreign participants in its cost volume. PREPARATION INSTRUCTIONS: Offerors may submit multiple proposals for different technology concepts. Each proposal shall describe an effort to address all of the requirements defined within the BAA description. Each proposal shall consist of two volumes, a technical volume and a cost volume. In presenting the proposal material, Offerors are advised that the quality of the information is significantly more important than quantity. Offerors should confine the submissions to essential matters providing sufficient information to define their offer and establish an adequate basis for the Government to conduct its evaluation. The Government reserves the right to select for award only a portion of an Offeror's proposal or the total proposed effort. Partial awards are conditioned upon the Government and the offeror reaching mutually agreeable terms for such partial awards. The Government encourages and promotes teaming arrangements with research organizations to include academia, industry and small businesses in order to achieve a mix of relevant expertise and capabilities for executing research and development efforts. TECHNICAL VOLUME: The technical proposal shall provide a clear justification for the selection of the proposed engine controls concept(s), platform integration concept(s), and the key component and subsystem controls technologies for evaluation against the program objectives. The offeror's proposal shall: a.Provide detailed description of the proposed engine controls concept(s), platform integration concept(s), and associated component and subsystem technologies for evaluation against the program objectives. b.Establish credible potential of the advanced engine controls system(s) and its potential integration with platform subsystems to extend beyond current engine/platform capabilities in order to meet the program objectives. c.Define a thorough, complete and clear approach to conducting RAEICS trade analyses and system level benefit analyses with respect to program objectives. This includes the reasonableness of the proposed work plan, schedule and program risk for achieving the program goals/objectives. d.Describe the extent to which the conceptual design process (including design and analysis tools) is adequate and at an appropriate level of detail in order to communicate the overall RAEICS conceptual design. e.Describe the extent to which the developed data will convey to the Government the benefits of the RAEICS concepts and technologies and the appropriateness and timeliness of the associated technology maturation plan. f.The availability, experience and qualifications of the scientists, engineers, technicians and other proposed personnel. g.The suitability and availability of proposed facilities and design analysis tools. The proposal shall include a Statement of Work (SOW) that utilizes the following general task outline: (1) Task I - Advanced Engine Controls Definition & Analyses; 2) Task II - Engine Controls/Platform Integration Analyses; 3) Task III - RAEICS Conceptual Design; 4) Task IV- RAEICS Technology Maturation Plan/Recommendations; 5) Task V - Management and Reporting) by Government fiscal year in order to facilitate selection and potential award of individual parts of the proposed effort. It shall also contain program schedule and milestones, a brief biographical section describing key personnel and a program management section. Page Limitations: The technical proposal shall be limited to 30 pages, exclusive of title page, section dividers, table of contents, list of figures/tables, and glossary of terms, key personnel bios, and cross-referencing indices. The evaluators will read only up to the maximum number of pages specified. Submission shall be limited to the number of pages specified, total inclusive of any drawings, charts, etc. Type shall be no smaller than a font size of ten (10) and shall be at least single spaced (applies to body text, tables, and figures). Page size shall not exceed 8 quote mark x 11 quote mark and margins shall be a minimum of 1 quote mark. Fold-out illustrations required for reader ease are allowed, however, illustration shall be counted in 8 quote mark x 11 quote mark increments (e.g., an 11 quote mark x 17 quote mark document will count as two pages). COST VOLUME: The cost volume of the proposal shall include a funding profile that shows total program cost and cost elements (man-hours, labor categories, materials, travel, and other costs) by month and government fiscal year. This information should be provided for both the total program and for each SOW task. All pricing rates used, and equipment and materials required should be included. The individual tasks proposed must be priced separately in order to facilitate selection and potential award of individual parts of the proposed effort. Cost share or in-kind contributions, if proposed, need to be clearly identified. Subcontractor cost proposals, if applicable, including pricing rate details, should be provided concurrent with the prime contractor's submission. Technical information included in the cost proposal will not be evaluated or considered in the rating of technical merit. If a foreign entity is participating as part of a prime's team, the cost volume shall clearly identify such participant and the Offeror's planned compliance with U.S. export controls, including any required export licensing. Present all costs by cost category and by separate individual tasks (1) Task I - Advanced Engine Controls Definition & Analyses; 2) Task II - Engine Controls/Platform Integration Analyses; 3) Task III - RAEICS Conceptual Design; 4) Task IV- RAEICS Technology Maturation Plan/ Recommendations; 5) Task V - Management and Reporting) by Government fiscal year in order to facilitate selection and potential award of individual parts of the proposed effort. 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. EVALUATION CRITERIA/BASIS FOR AWARD: The selection of proposals will be based on a technical review 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 others submitted under this announcement. The technical proposal shall provide a clear justification for the selection of the proposed engine controls concept(s), platform integration concept(s), and the key component and subsystem controls technologies for evaluation against the program objectives. Evaluation criteria are stated below with the following order of importance: 1) and 2) are equal and significantly more important than 3). 1.Technical Approach. The Government shall evaluate the: a.Degree to which the proposed concepts and/or technologies extend beyond current engine/platform capabilities in order to meet the program objectives. In addition, the Government will evaluate the degree to which the credibility of claims is substantiated. b.Thoroughness, completeness and clarity of the proposed approach to conducting RAEICS trade analyses and system level benefit analyses with respect to program objectives. This includes the reasonableness of the proposed work plan, schedule and program risk for achieving the program goals/objectives. c.Extent to which the conceptual design process (including design and analysis tools) is adequate and at an appropriate level of detail in order to communicate the overall RAEICS conceptual design. d.Extent to which the developed data will convey to the Government the benefits of the candidate RAEICS concepts and technologies and the appropriateness and timeliness of the associated technology maturation plan. 2.The availability, experience and qualifications of the scientists, engineers, technicians and other proposed personnel. The suitability and availability of proposed facilities and design analysis tools. 3.Cost. The Government will evaluate cost with respect to the reasonableness (see FAR 31.201-3 - quote mark Determining Reasonableness quote mark ) of the offeror's proposed cost to the Government for the proposed tasks. This includes the cost realism (see FAR 2.101 - quote mark Definitions quote mark ) of the proposed man-hours, material costs and other costs to accomplish the proposed individual tasks and the overall effort. The Government will also assess the likelihood of achieving a desirable end-state within the defined funding and schedule constraints. Any proposed cost share will be evaluated for its benefit in reducing program risk, achieving program objectives, and furthering the state-of-the-art. SUBMISSION INSTRUCTIONS: Proposals are due 20 May 2014 by 2:00 P.M., E.D.T. Proposals should be marked with the BAA number W911W6-14-R-0005 and shall be submitted in original, plus five (5) paper copies and electronic format on disc (PDF or MS Word) (Cost Proposal electronic copy shall be used for verification purposes andshall be delivered in Excel or other compatible format to the Army Contracting Command, Aviation Applied Technology Directorate, Attn: Ann M. Calvin (CCAM-RDT), Bldg. 401, Lee Boulevard, Fort Eustis, VA 23604-5577. The exterior of the package shall reference the BAA number. Electronic proposal submission is not authorized under this announcement. Proposals submitted after the closing date 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. Unless otherwise specified, proposals will be considered valid for Government acceptance through November 30, 2014. This announcement is an expression of interest only and does not commit the Government to pay any proposal preparation costs. Offerors desiring an explanation or interpretation of this announcement must submit requests in writing at the above address or email: ann.m.calvin.civ@mail.mil. Oral explanations or instructions given before the award of any agreement/contract 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. Questions received less than two (2) weeks prior to the proposal due date may not be addressed. Offerors should be alert for any amendments to this Announcement. This announcement is issued subject to the availability of funds. Upon notification by the Government, Offerors may request a debriefing. The debriefing process will follow the time guidelines set out in 10 USC 2305(b)(5), but the debriefing content will vary to be consistent with the procedures set out in FAR 35.016 governing BAAs.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/c709a6672a0445d2426bbc3517cb68fc)
- Place of Performance
- Address: ACC-RSA-AATD - (SPS) ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard Fort Eustis VA
- Zip Code: 23604-5577
- Record
- SN03361383-W 20140510/140509022119-c709a6672a0445d2426bbc3517cb68fc (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 |