Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 4,1997 PSA#1901

Aviation 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