Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 22,1998 PSA#2079

Naval Air Warfare Center Aircraft Division, Contracts Department, Building 129-2, Highway 547, Lakehurst, NJ 08733-5083

A -- ADVANCED AIRCRAFT RECOVERY SYSTEM BASED ON LINEAR ELECTRIC MOTORS SOL N68335-98-BAA-802 POC POC TEC: Michael Doyle, (732)323-1676 CONCTRACTS: Rita Brownlee, (732)323-2749 LINEAR ELECTRIC MOTORS The Naval Air Warfare Center (NAWC) is interested in receiving proposals (technical and cost) for feasibility studies, design, and demonstration of the technology for an advanced aircraft recovery system based on linear electric motors. NAWC is interested in replacing the existing recovery system with a system that utilizes linear motors to bring the aircraft to a halt. The basic premise of this concept is to have a cable stretched across the deck. At each end, the cable would be attached to a "shuttle". This shuttle would be a component of a linear electric motor that would be pulled by the landing aircraft and provide the retarding force to the cable, and hence to the aircraft itself. The system level goals of the new recovery system include: reduce manning, maintenance, system weight and volume, Wind Over Deck (WOD) requirements, runout, airframe stresses during recovery, eliminate HAZMATs, increase sortie rates, and allow for a high degree of flexibility in both future ship and aircraft designs. A significant goal is to introduce advanced technologies in the areas of linear electric motors, power electronics, and control techniques wherever possible. Affordability, and more importantly life cycle cost reductions are primary drivers for this effort. In order to demonstrate system level capabilities within budget constraints, a concept demonstration employing less than a full-up system is required. The performance goals of the demonstration system are as follows: Arrest loads with initial energies from 12 -- 95 MJ within the design runout Arrest loads with initial velocities from 45 -- 87 meters/second Arrest loads without exceeding limit loads placed on aircraft or aircraft accessories Demonstrate closed loop control by minimizing the peak-to-mean force ratio as seen by the load Demonstrate condition based monitoring and maintenance Demonstrate interface with existing hook The demonstration system shall also: 1. have data recording capability of all pertinent performance parameters 2. not have any single point failure mechanisms 3. not utilize any HAZMATs 4. have the ability to automatically reset itself for the next test event 5. not exceed 1.14 meters in depth The effort addressed by this BAA is broken into three tasks: 1) design a shipboard recovery system based on linear electric motors; 2) modify the NAWCADLKE test tracks in order to test out the design; and 3) fabricate and test a less than full-up system necessary to demonstrate the design technology concepts. This demonstration will occur at the NAWCADLKE test tracks. The first task includes the design and concept studies and analysis for a full shipboard recovery system. The second task includes the design efforts and modifications needed to alter the present NAWCADLKE test tracks for a test of the contractor's demonstration system. The third task includes the fabrication of a less than full up demonstration system, installation at the NAWCADLKE test tracks and testing of the system. This testing is to verify that the demonstration system can meet the performance goals set forth in this BAA. Fabrication of a full recovery system is therefore not intended for this demonstration effort. As part of the technology demonstration efforts, significant emphasis will be placed on risk reduction and technical exit criteria for each phase. Demonstrations must therefore be conducted within, but are not restricted to, the following guidelines: benchtop testing of subsystem level components within 12 months after contract award, hardware fabrication and installation at NAWCADLKE test tracks completed within 31 months after contract award and completion of all demonstration goals within 36 months after contract award. The shipboard recovery system must operate reliably in all conditions where flight operations are conducted. Flight deck temperatures can range from approximately -40 degrees F (in the Arctic Circle) to 140oF (in the Persian Gulf). Flight operations are conducted in all types of weather, including rain and snow. Modification to aircraft is discouraged, unless an overwhelming advantage in doing so can be supported. Designs are not constrained by the physical configuration of the current Nimitz-class carriers. Since CVX will be a completely new carrier, assume that flight and hangar deck designs are not fixed and can be significantly altered. For backfit applications, the ship could be altered to accommodate the new system. Special attention must be given to principles of system reliability (i.e. simplicity and redundancy) and maintainability. Other requirements that are driven both by the ship and aircraft interfaces will be presented at the Industry Brief, which is discussed later in this BAA. Proposals are hereby solicited to design and demonstrate unique and innovative technologies associated with a new recovery system and to meet the demonstration goals contained herein. Proposals should include, but are not limited to: (1) recovery system conceptual designs, (2) technology base assessment, (3) risk assessment, (4) critical component identification, (5) ATD demonstration system conceptual design, (6) program plan, including schedule, milestones, and exit criteria for individual phases. If awarded, the development of the linear motor and concept demonstration shall be divided contractually into several phases with continuation based on successful completion of each phase. Offerors shall submit an original plus four (4) copies of the technical proposal and an original plus two (2) copies of the cost proposal. Offerors must identify restricted rights to any part of the offer, if any, and mark all pages that contain proprietary or restricted use data. This announcement will be open for 12 months after publication. Proposals may be submitted at any time during this period, however submission within 60 days of this announcement is strongly encouraged. Award decisions will be based on the following criteria: (1) Overall scientific and technical merits of the proposal as they apply to the areas of interest in the announcement; (2) The offeror's capabilities, related experience, facilities, techniques or unique combinations of these which are integral factors for achieving the proposed objectives; (3) Originality of the idea; (4) Quality of approach and thoroughness of planning; (5) Realism of proposed cost. The merit of the proposal will be evaluated in relation to the proposed cost and availability of funds. Technical proposals should be limited to seventy five (75) pages. The cost of preparation of this response to this BAA is not considered an allowable direct charge to the resulting contract or any other contract. Point of contact for technical issues is Mike Doyle, (732) 323-1676. Point of contact for contractual matters is Rita Brownlee, (732) 323-2749. Offerors may contact these individuals for clarification of technical/contractual issues and cost response format. In concert with this announcement, NAWC will conduct an industry briefing on 13 May 1998 at 9:00am, at NAWC Lakehurst, New Jersey. In order to facilitate the briefing, offerors are requested to notify the technical point of contact of their intent to attend by 6 May 1998. Offerors are cautioned that only contracting officers are legally authorized to commit the Government. Contract type will depend on the nature of the offer received and the Government's cost/benefit analysis of the proposed work and available funding. No formal solicitation will be issued; this BAA is the solicitation. Exterior markings on the response shall be as follows: N68335-98-BAA-802, Naval Air Warfare Center, Attn: Rita Brownlee, Code 2.5.2 (Contracts Division) Building 129-2, Highway 547, Lakehurst, NJ 08733-5082. (0110)

Loren Data Corp. http://www.ld.com (SYN# 0011 19980422\A-0011.SOL)


A - Research and Development Index Page