Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 26, 2017 FBO #5574
SPECIAL NOTICE

A -- Reliable Advanced Small Power Systems (RASPS) - Complete Call

Notice Date
2/24/2017
 
Notice Type
Special Notice
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RSA (W91215) FT EUSTIS - (SPS), LEE BLVD BLDG 401, Fort Eustis, Virginia, 23604-5577, United States
 
ZIP Code
23604-5577
 
Solicitation Number
W911W617R0007
 
Archive Date
4/26/2017
 
Point of Contact
Kenny Hood, Phone: 757 878-0103, Laurie Pierce, Phone: 7578782071
 
E-Mail Address
kenneth.m.hood.civ@mail.mil, laurie.a.pierce2.civ@mail.mil
(kenneth.m.hood.civ@mail.mil, laurie.a.pierce2.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Complete Call 1.0 Purpose & Background The Army is in the planning stages for the development of a Future Tactical Unmanned Aerial System (FTUAS) family of aircraft that at this time is envisioned to consist of a smaller platform that can more easily be transported with and support Brigade Combat Teams (BCTs) with operation to 15,000 feet and a larger platform that has characteristics such as having speed parity with current/future manned aircraft with long range and weapons capability that supports the Combat Aviation Brigade (CAB) with operation to 25,000 feet. Runway independence will be a critical requirement of these systems. Although a significant amount of conceptual design and mission benefit analysis still needs to be performed to refine this envisioned FTUAS family of aircraft, propulsion technology has been identified as a key enabling technology that needs to be developed for these systems. Although specific capability requirements envisioned for primary propulsion and secondary power systems of these FTUAS platforms are still in development, they are expected to include heavy fuel operation, increased reliability, reduced specific fuel consumption, increased horsepower to weight ratio, increased durability in operational environments, reduced environmental noise, and reduced production and maintenance cost. The objective of this Call is to develop and perform engine-level validation to Technology Readiness Level (TRL) 6 of Reliable Advanced Small Power Systems (RASPS) technology and any required supporting component technologies to enable this capability. TRL 6 is defined as completing technology validation in a relevant environment via full engine testing. The Reliable Advanced Small Power Systems program is soliciting engine technology demonstrations sized to provide a max (takeoff), primary power of 200 shaft horsepower (shp) at sea level static, 59 degrees Fahrenheit ambient conditions. The demonstration hardware shall be designed to provide 200 shp, hence, demonstration of hardware that is scaled to a size other than 200 shp shall not be accepted. Call number W911W6-17-R-0007 solicits proposals for the development and TRL 6 demonstration of engine technologies that provide heavy fuel operation, increased reliability in operational environments, reduced specific fuel consumption, increased horsepower to weight ratio, reduced environmental noise, and reduced production and maintenance cost. Additional instruction and information can be found under the Master Broad Agency Announcement (BAA) W911W6-17-R-0003 which is posted to Federal Business Opportunities (FedBizOpps) at https://www.fbo.gov. 2.0 Scope of Research Effort The RASPS program shall consist of design, fabrication, component rig testing (as appropriate), and engine demonstration testing aimed at achieving the goals (stated in detail below). The base program engine demonstration testing shall consist of ambient performance demonstration testing (at offeror's designated facility), followed by ambient (20 hours), altitude (30 hrs), and endurance testing (150 hours) at Army facilities which will require support from the successful offeror. It is anticipated that at least one redesign and test iteration will be required to enable shortfalls in performance or endurance to be addressed. Hardware requirements should include fabrication of a minimum of three engine sets (to complete the above testing and to support additional test efforts below). If successful, the base program test effort will be followed by Government conducted testing for reliability testing (500 hours) and environmental noise testing in Government test facilities. The contractor shall separately price optional support for these tests as further discussed below and in paragraph 3.1. As part of the test support for the altitude, reliability, and noise testing, the offeror shall supply the engines and propeller (including 4 spare propellers - these propellers are required for the reliability and potentially noise testing), engine internal fluids (oil, coolant), routine maintenance kits, any special tooling required to perform routine maintenance on the engine and an engine Interface Control Document (ICD) (electrical and mechanical interfaces) that is detailed and complete. Please note that significant research effort in the area of propeller technology is not planned for this program. These propellers are required to provide a realistic test environment for the reliability testing. In order to prevent delays in the start of the engine test, the Government needs to receive the engine ICD 2 months before the engine is delivered. An ICD will be required for each engine design provided for Government test and must include pre-test measurements of all engine wear items. This support shall also include on-site participation and guidance from the engine vendor during the setup and operation of their engine. Offerors should plan on providing support at Army facilities for 4 weeks during sea level performance testing, 6 weeks during altitude testing, and 12 weeks during reliability testing, and 4 weeks during noise testing. Note that all offerings must be inherently designed to run on heavy fuel (JP-8 or Jet A). RASPS program goals and associated notes/ground rules: • The goals of the RASPS program include reliability, horsepower to weight ratio, specific fuel consumption, production cost, and environmental noise. A supplemental package with goal values and notes/ground rules is available upon request to those offerors who have a valid Joint Certification Program (JCP) certification number. • A JCP certification number is required in order to obtain the supplemental package. Please email your JCP certification number and CAGE code to the contracting office identified in Section 5.0 to receive the supplemental package. • If your organization does not have a JCP certification number, please refer to their website for assistance at https://public.logisticsinformationservice.dla.mil/jcp/search.aspx 3.0 Call Specific Instructions This Call will use the Proposal Submission Process as described in 5.2 of the Broad Agency Announcement, as further supplemented below: 3.1 Proposal Instructions Specific instructions pertaining to the content and structure of provided proposals are provided in BAA W911W6-17-R-0003, paragraphs 5.2.2 and 5.2.3. In addition to the content required, the offeror shall provide the following: Volume 1 - Technical Proposal: The technical proposal shall provide a clear justification for the selection of the proposed RASPS technologies. The justification/rationale supporting the proposed technologies shall be based upon the extent to which the proposed technologies contribute to the goals identified in Section 2. The offeror shall substantiate their ability to achieve the goals identified in Section 2 and to achieve any other benefits of the proposed technologies identified by the offeror. The offerors proposal should include substantiation of the performance and operability of the proposed engine across the operational spectrum to include sea level static, 6k ft 95F, 10k ft ISO, and 25k ft ISO. The offeror shall substantiate how all of the proposed technologies will sustain mechanical reliability, integrity and performance across the operating envelope to include substantiation of any testing of the proposed design completed to date and how the results demonstrate the ability to sustain reliability, integrity and performance. The technical proposal should contain a discussion of each component or subsystem, including detailed and substantiated information regarding performance, operability, mechanical integrity, reliability, maintainability, durability, and producibility followed by an assessment of technical risks involved. Relevant preliminary layouts, diagrams, calculations and calculation techniques, curves and other graphic representations for substantiation, justification, or understanding of proposed hardware approaches should be submitted with each component discussion. Design analysis approach and techniques, materials selection and justification, fabrication techniques, relevant aerodynamic and mechanical design, and functional features should be discussed and substantiated thoroughly, including previously demonstrated technology. Ability of the proposed design to be scaled to cover the range of 100-300 horsepower shall be discussed to include the effects on goal achievement. If a back-up technology is proposed for risk mitigation, the impact of the backup technology on the overall performance of the engine should be provided. The proposal should also contain the individual component development plan for major component sections to include: component design, fabrication, and test schedules (offeror should list planned start and end dates of major test events), objectives and validity of component testing, test plans, facilities, quantity of hardware, instrumentation, fabrication and quality control plans, and an assessment of degree of technical difficulty and risk. These plans should be sufficiently detailed so that the Government can assess the subcomponent effort within each major component area. The offeror shall clearly define their test plans (inclusive of duration, test articles, sets of hardware, types of test, test facilities, and preliminary instrumentation definition) to successfully demonstrate the proposed technologies to TRL 6 via completion of the performance and endurance demonstration tests defined above along with support during Government completion of the altitude, reliability, and environmental noise demonstration tests. The merit of the offeror's approach shall be evaluated. The proposal shall include a Statement of Research Effort (SORE) that utilizes the following general task outline: 1) Task I - Design; 2) Task II - Fabrication; 3) Task III - Validation Testing; and 4) Task IV - Management and Reporting. Technical proposals are limited to 150 pages total for this Call. Pages in excess of the page limitation will not be read or evaluated. Fold-out illustrations required for reader ease are allowed, however, illustration shall be counted in 8 ½" x 11" increments (e.g., an 11" x 17" document will count as two pages). Volume 2 - Price/Cost Proposal: As part of this volume, Offeror's proposing use of a Technology Investment Agreement (TIA) shall include the draft TIA provided by the Government with the highlighted areas completed and any proposed changes clearly marked to facilitate Government evaluation. If a TIA is proposed, the total cost of the proposed effort (which includes cost share) must be provided in the same detail/format as those costs which are to be funded by the Government. Additionally, offeror should provide two separately priced options for the reliability and noise testing, but within the overall Government funding provided for the program as stated in this Call (paragraph 3.3). These options should include the necessary cost to provide test support as identified in Section 2.0, to include a breakout of the hardware to support these tests and the development of an ICD. 3.2 Period and Place of Performance Offerors should clearly depict their proposed schedule and place of performance. The period of performance for RASPS research efforts are not to exceed 60 months total (56 months for technical effort and 4 months for data/final report). 3.3 Funding Any award made from this Call will be subject to availability of funds. The Government anticipates a single award beginning in September 2017. However, the Government reserves the right to make multiple or no awards, based upon the technical merit and affordability of proposals received. Anticipated Government funding is approximately $12.275M. Government fiscal year distribution is as follows: FY17 $1.0M, FY18 $1.925M, FY19 $2.050M, FY20 $2.525M, FY21 $2.075M, and FY22 $2.70M. A fiscal year funding profile shall be included in the cost proposal. TIAs with a minimum of 50% cost share are desired. Proposals that are significantly out of alignment with anticipated funding profile may risk not being selected. Any award made under this announcement may be incrementally funded and is subject to the availability of funds. 3.4 Data Rights The Government requires "Unlimited Rights" for efforts without cost share and requires at a minimum "Government Purpose Rights" for efforts with cost share as defined by DFARS Part 227, to all technical data, deliverables, and computer software developed under this program, and no limitations on the use of delivered and/or residual hardware, exempting background data assertions. It is the Offeror's responsibility to clearly define the proposed data rights for technical data, computer software, and each deliverable. Ambiguities will be negatively evaluated against the Offeror. 3.5 Required Reporting and Deliverables All awards under this announcement will require a kickoff meeting to be held at the Offeror's facility following award. The award will require delivery of the following items delivered in Contractor's format: (1) Program Management Plan (delivered 45 days after contract award), (2) Design Review Briefing Charts (Preliminary and Detailed Design, and Test Readiness Reviews), (3) Detailed Design Report, (4) Engine Interface Control Document (ICD), (5) Test Plans, (6) Test Reports, (7) Quarterly Progress, Cost and Performance Reports, and (8) Final Report. All awards will include a requirement to present the results of the work in a final briefing at Ft. Eustis, Virginia upon completion of all technical effort. 3.6 Use of Support Engineer and Scientist Exchange Program The Engineer and Scientist Exchange Program (ESEP) is a DoD effort to promote international cooperation in military research, development, and acquisition through the exchange of defense scientists and engineers (S&E). The Government team evaluating proposals received in response to this Call will include an ESEP participant from the Ministry of Defense, Federal Republic of Germany. The Government has a Use and Non-Disclosure Agreement (NDA) in a form similar to that found at Defense Federal Acquisition Regulation Supplement (DFARS) 227.7103-7 and an approved foreign disclosure case to support Government disclosure of technical data subject to U.S. export controls to the ESEP participant. Offerors shall clearly state in their cover letter their consent or non-consent for the U.S. Government to disclose proprietary data to the ESEP participant. If the offeror objects to release of only a portion of its submission, the offeror should include such information within a separate, identified section within its response (although still within the page limit). If offerors desire a company specific NDA or proprietary information agreement (PIA), include that information in the cover letter along with a draft of the proposed NDA/PIA for Government review. Any draft NDA/PIA submitted will not count against the page limit stated in this Call. 3.7 Additional Proposal Instructions Technical and cost proposals shall be provided in original plus three paper copies and one electronic copy (CD ROM disk format). The cost proposal shall be provided in Excel format for cost verification purposes also. Electronic submission of proposals is not authorized under this Call. Proposals shall be submitted to ADD-AATD, Attn: CCAM-RDT, Kenny Hood, Bld. 401 Lee Blvd., Fort Eustis, VA 23604-5577. Questions may be submitted in writing via email to Kenny Hood, kenneth.m.hood.civ@mail.mil. All questions must be submitted within 10 days prior to Call closing to ensure a response. All questions and responses received will be posted to FedBizOpps as an amendment to the Call. Proposals received after the date and time specified for closing will be handled in accordance with FAR 52.215-1, Instructions to Offerors - Competitive Acquisition. This Call is issued subject to the availability of funds. Proposals shall be received not later than 11 April 2017; 2:00PM EST. * A supplemental package with goal values and notes/ground rules is available upon request to those offerors who have a valid Joint Certification Program (JCP) certification number. (See Section 2.0) 4.0 Order of Precedence Any inconsistency between this Call and the Master BAA shall be resolved by giving precedence to this Call (W911W6-17-R-0007).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c08ad315605aefa47d1a3a51ce3d6f1c)
 
Place of Performance
Address: 401 Lee Blvd., Fort Eustis, VA 23604-5577, Fort Eustis, Virginia, 23604-5577, United States
Zip Code: 23604-5577
 
Record
SN04413654-W 20170226/170224234112-c08ad315605aefa47d1a3a51ce3d6f1c (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.