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