|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 4,1997 PSA#1901Aviation Applied Technology Directorate, U.S. Army Aviation and Troop
Command, Attn: AMSAT-R-TC, Building 401, Lee Blvd, Room 117, Fort
Eustis, VA 23604-5577 A -- RESEARCH & DEVELOPMENT -- INTEGRATED OIL DEBRIS ANALYSIS (IODA);
ADVANCED PILOTAGE CONCEPTS SOL DAAJ02-97-R-0009 DUE 101597 POC
Tremayne W. Terry, Contract Specialist, Phone No. 757-878-4825 E-MAIL:
odom, odom@eustis-aatds1.army.mil. The Aviation Applied Technology
Directorate (AATD) is soliciting technical and cost proposals for
conduct of 6.2 Research and Development (R&D) programs. Proposals are
required to be submitted in accordance with the guidelines set forth
herein. This Broad Agency Announcement (BAA) constitutes the total
solicitation. There will be no formal Request For Proposals, other
solicitation requests, or other information regarding these
requirements. Subject areas of interest include: TOPIC 01-98:
Integrated Oil Debris Analysis (IODA). TECHNICAL DESCRIPTION: Oil
debris analysis has long been a useful method of diagnosing mechanical
component condition. Small particles due to normal wear are found in
oil throughout the life of the component. By trending small particle
buildup, component condition can be determined. Larger particles appear
during the initial break-in period of the equipment and again during
the advanced stages of failure. Currently, most Army helicopters use
fuzz burning magnetic chip detectors to detect and signal large
particle events. Laboratory analyses of the oil are capable of
revealing much more about component condition by determining quantity,
size, shape, mass, and type of debris. To advance the on-board oil
monitoring capability there are several challenges that must be
addressed. Sensors must detect ferrous/nonferrous debris and withstand
the high oil temperature environment. Diagnostic algorithms must be
able to correlate debris fields to failure modes, trend data, and
identify and alert crew to major debris events that are indicative of
impending failure. Associated hardware must be able to withstand the
vibration environment. Sensor performance and location must deal with
the fact that filters eliminate larger particles from the oil, thus
reducing the diagnostic value of the oil. Of great benefit is the
ability of the system to interface with a Health and Usage Monitoring
System and/or a maintainer's laptop computer for combined analysis with
other diagnostic techniques such as vibration monitoring. The objective
of this BAA topic is to develop and test an advanced oil debris
monitoring system that will advance the state-of-the-art of on-board
oil monitoring to a new level of performance and proficiency for
component condition determination and failure detection. The successful
offeror will address the aforementioned challenges in the development
and test of an integrated oil debris analysis system for on-board
gearbox and/or engine diagnostics. The end product is anticipated to be
a prototype oil debris monitoring system with diagnostic software that
demonstrates the prowess of the advanced system. No Government
furnished equipment or data is available from the AATD for use in this
effort. Offerors are expected to recommend their own data sources,
equipment, facilities, etc. that will be needed to complete the effort.
ANTICIPATED AMOUNT OF CONTRACT AWARD(S) (RANGE): $300k -- $400k.
ANTICIPATED PERFORMANCE PERIOD: Not to exceed 18 months (15 for
completion of technical and an additional 3 months for data submittal).
TOPIC 02-98: Advanced Pilotage Concepts. TECHNICAL DESCRIPTION: Limited
automatic terrain flight was demonstrated on a recent Army/NASA
Automatic NOE Program in day visual meteorological conditions. They
achieved terrain clearance of 50 feet at 80 knots using digital terrain
database and active sensors. The pilot remained responsible for
obstacle detection and avoidance. This establishes a baseline for
autonomous terrain flight with current subsystem technology. The Army
requires the capability to conduct terrain flight, 24 hours a day under
obscured and low visibility conditions caused by darkness, weather and
natural and/or artificial particulate matter. The objectives of this
effort are; 1) to define the requirements for Army rotorcraft to
achieve the adverse weather, day/night terrain flight goal including
Nap-of-the-Earth (NOE) flight once these requirements are established,
2) perform trade off analysis with these requirements and current and
emerging near term technology to achieve low level, contour, NOE
flight in the defined meteorological conditions, considering the trade
study results, and 3) define and develop a pilotage system concept,
implementable in the 2002 time frame, that has the potential to achieve
hands free NOE flight in all meteorological conditions, or if not
feasible, the lowest level of terrain flight. ANTICIPATED AMOUNT OF
LEVEL OF EFFORT: 3500 man-hours. ANTICIPATED PERFORMANCE PERIOD: Not to
exceed 42 months (39 for completion of technical and an additional 3
months for data submittal). DELIVERABLES: All contracts awarded under
this solicitation will require delivery of the following data items:
(1) Draft and Reproducible Final Reports in Contractor Format
(DI-MISC-80711), (2) Monthly Cost and Performance Reports
(DI-FNCL-80912), (3) Monthly Technical Letter Progress Reports, (4)
Test Plans (if applicable), (5) Developmental Drawings, and (6) Meeting
Minutes (if applicable). FINAL BRIEFING: All contracts awarded under
this solicitation will include arequirement 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 reasonableness. The
evaluation criteria are (1) the extent ot which the proposed work
satisfies an Army research need by use of innovative, creative,
affordable and efficient approaches to the technical problem, (2) the
merit of the offeror's proposed approach to accomplish the scientific
and technical objectives, (3) the experience and qualifications of
scientists, engineers, technicians and other proposed personnel, (4)
the suitability and availability of proposed facilities, and (5) cost.
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 may 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 Executive
Order 12470. Prior to award, the successful firm(s) will be required to
provide an "Export-Controlled DoD Technical 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-FBAFederal Ctr, Battle Creek, MI 49017-3084,
Telephone 1-800-352-3572. Participation in the programs announced in
this BAA is limited to U.S. firms only. 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,
expected 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 management 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, October 15, 1997. Proposals submitted after the cutoff
date will be handled in accordance with FAR 52.215-10. A copy of this
provision may be obtained from the procuring office. Awards under this
announcement are anticipated to be made prior to 30 January 1998.
However, unless the offeror specifies a different expiration time,
proposals will be considered valid for Government acceptance through 30
September 1998. NOTE: Funds are not presently available for these
acquisitions. No contract awards will be made until appropriated funds
are made available from which payments for contract purposes can be
made. The Government anticipates multiple awards under this
announcement, though no minimum or maximum number of awards can be
guaranteed. The Government reserves 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 portion 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 be accepted and evaluated
independently. It is anticipated that contracts to be awarded will be
cost-plus-fixed fee completion type contracts. The anticipated period
of performance and contract values are stated in the individual topic
description. This announcement is an expression of interest only and
does not commit the Government to pay any response preparation cost. No
pre-proposal conference is to be held. Proposals must be submitted in
original and four (4) copies. Proposals, excluding the cost section,
shall not exceed 50 pages. Proposals should be marked with the above
solicitation number and addressed to the Aviation Applied Technology
Directorate, AMCOM, ATTN: AMSAM-AR-T-C (T. Terry), Bldg. 401, Lee
Blvd., Fort Eustis, VA 23604-5577. In accordance with FAR 52.215-14,
offerors desiring an explanation or interpretation of this solicitation
must request it in writing at the above address (DATAFAX (757)
878-0008) or e-mail: terry@eustis-aatds1.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 offers or the lack of
which would be prejudicial to any other prospective offeror(s), will be
published as an amendment to this announcement. For other contracting
and technical issues contact the Contract Specialist, Tremayne W.
Terry, (757) 878-4825. 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. (0212) Loren Data Corp. http://www.ld.com (SYN# 0003 19970804\A-0003.SOL)
A - Research and Development Index Page
|
|