|
COMMERCE BUSINESS DAILY ISSUE OF MAY 11,1998 PSA#2092R&D Contracting Directorate, Bldg 7, 2530 C Street, WPAFB, OH
45433-7607 A -- EVALUATION OF COMPUTATIONAL AEROELASTICITY CODES FOR LOADS AND
FLUTTER PREDICTIONS SOL PRDA No 98-02-VAK POC Contact Genet R. Stewart,
Contract Negotiator, 937-255-5901 or Lawrence W. Kopa, Contracting
Officer, 937-255-5901 WEB: click here to view the R&D Contracting home
page, http://www.wrs.afrl.af.mil/contract. INTRODUCTION: The Air Force
Research Laboratory (AFRL/VAK) is interested in receiving proposals
(technical and cost) on the research effort described below. Proposals
in response to this PRDA shall be received no later than 25 June 1998,
1500 hours Eastern Daylight Savings Time, addressed to Air Force
Research Laboratory, Directorate of R&D Contracting, Building 7, Area
B, 2530 C Street Attn: Genet R Stewart, AFRL/VAK, Wright-Patterson AFB
OH 45433-7607, email Genet.Stewart@wl.wpafb.af.mil. This is an
unrestricted solicitation. Small businesses are encouraged to propose
on all or any part of this solicitation. Proposals submitted shall be
in accordance with this announcement. Proposal receipt after the cutoff
date and time specified herein shall be treated in accordance with
restrictions of FAR 52.215-1 (3); a copy of this provision may be
obtained from the contracting point of contact cited in this
announcement. There will be no other solicitation issued in regard to
this requirement. Offerors should be alert for any PRDA amendments that
may be published. This PRDA may be amended to permit subsequent
submission of proposal dates. Offerors should request a copy of the
indexed guide to Program R&D Announcements and Broad Agency
Announcement programs. This guide was specifically designed to assist
offerors in understanding the PRDA/BAA proposal process. Copies may be
requested from the contract point of contact, AFRL/VAK, Genet Stewart,
telephone (937) 255-5937. The guide is also available on the internet,
address, www.wrs.afrl.wpafb.af.mil/contract. B-REQUIREMENTS: (1)
INTRODUCTION: Under the Fixed Wing Vehicle (FWV) Technology Development
Approach (TDA) process, the technical area of
Aerodynamics/Structures/Controls Interaction (ASCI) has been identified
for government and industry collaboration. Three focus areas have been
defined under ASCI : (1) the reduction/elimination of the need for
wind tunnel flutter models, (2) the development of a robust methodology
for identification of critical flight loads, and (3) integration of
aerodynamics, structures, and flight controls in the initial design.
This announcement addresses one of the programs in the first focus area
and involves the evaluation of existing computational aeroelasticity
codes developed by the various government agencies. (2) TECHNICAL
DESCRIPTION: The objective of this program is to evaluate existing
aeroelasticity computer codes for aeroelastic loads and flutter
analysis capabilities where nonlinear flow is present. Codes will be
evaluated for two basic criteria. The first is their potential to be
implemented in a production design environment within a two to three
year time frame from onset of the evaluation activity. The second is
their ability to provide significant and measurable improvement in
prediction capability over existing production methods. Areas where
prediction accuracy and code performance are to be measured include:
static aeroelastic displacement and load distribution for nonlinear
flow up to and including flow separation; flutter speed for classical
flutter in the transonic regime where nonlinear flow characteristics
are present; limit cycle flutter involving moving shocks; limit cycle
flutter involving nonlinear aerodynamic effects resulting from large
displacements; and control surface buzz. The ability to model realistic
and actual air vehicles including external stores and control surface
deflections will also be evaluated. A majority of the benchmark
problems will require modeling of production vehicles. Candidate codes
will be government furnished. The government will also supply
documentation, training, and support from the code developers to
facilitate the contractor's evaluators. One benchmark problem for each
topic listed above will be required. Benchmark models and results will
be assembled from both government and contractor databases of existing
experimental data. The ability for future implementation of active
flight control modules will also be assessed. This effort is divided
into three phases. Under the first phase, AFRL anticipates awarding two
contracts for which the contractors will be required to jointly develop
evaluation criteria to determine relative merit between codes with
regards to: Software engineering qualities (robustness, portability,
cost to upgrade and maintain); Computational speed; User interface; and
Analysis capability and fidelity. Under the second phase the
contractors, in conjunction with AFRL and the other participating
government organizations shall develop an evaluation process. This
process will define: the suite of codes to be evaluated (for the codes
selected, the responsible government agency must agree with the
selection of their code and provide the; government support required
for their code under this contract); a training and support plan for
the evaluation teams; the suite of experimental benchmark problems to
be modeled by the evaluators for the suite of codes (for the benchmark
problems, the responsible government agency or contractor must agree
with the selection and provide the necessary support); the distribution
of modeling efforts among the contractor teams; and a method for
comparing the computational performance. The two contractors shall
provide a collective Aeroelastic Code Evaluation Criteria and Process
Document. Under the third phase, the contractors shall perform the code
evaluations in accordance with Phase I and Phase II criteria and
process definition. Results shall be summarized in a final report by
each contractor. A report on final recommendations will be prepared
collectively by the contractor teams. The initial briefing, mid-term
briefing, and final briefing shall be presented at AFRL by the two
contractor teams. (3) Deliverable Items: The following deliverable data
items shall be proposed: (a) Status Report, DI-MGMT-80368/T, monthly;
(b) Funds and Man-Hour Expenditure Report, DI-FNCL-80331/T, monthly;
(c) Presentation Material, DI-ADMN 81373/T, as required; (d) Scientific
and Technical Reports, DI-MISC-80711/T, (Draft and Reproducible,
Interim and Final).Contractor format is encouraged in all deliverables.
A kick-off meeting will be held at AFRL within 60 days after contract
start. The contractors will further be required to conduct mid-term and
final program reviews at AFRL. The contractors shall make code
modifications and computational results available to the government and
contractor teams. (4) Security Requirements: The work performed under
this contract shall be unclassified. C-ADDITIONAL INFORMATION: (1)
Anticipated Period of Performance: The total length of the technical
effort is estimated to be 28 months, but the contractor may propose an
alternate schedule. The contractor shall also provide for an
additional four months for processing and completion of the final
report. The proposed program schedule could be different from what is
anticipated by the government (2) Expected Award Date: Fourth Quarter
FY98. (3) Government Estimate: The government anticipates a funding
breakout for each contract by fiscal year as follows: FY98 -- $100K,
FY99—$200K, and FY00 -- $200K. The total program amount for both
awards is estimated at $ 1000K. The Government funding profile is an
estimate only and is not a promise for funding as all funding is
subject to change due to Government discretion and availability. (4)
Based on the strong potential for commercial applications, the Air
Force will consider the full range of Cost Contract types, to include
Cost Plus Fixed Fee (CPFF), Cost Reimbursement (CR) (no fee), Cost
Sharing (CS), along with grants and other forms of assistance
instruments such as cooperative agreements and other transactions.
Offers are encouraged to propose a contract type which is considered to
be most appropriate for the technology proposed to be developed. If a
cooperative agreement is awarded, no CDRL requirements will apply but
provisions to make the same type of data available to the government
and industry on a similar schedule should be proposed. Any grants
awarded will be Cost (no fee). (5) Government Furnished Property:
Governmentcomputer codes and experimental data that are mutually agreed
upon will be made available for this contractual program. (6) Base
Support: No base support is anticipated. (7) Size Status: For the
purpose of this acquisition, the size standard is 500 employees (SIC
8731). (8) Notice to Foreign-Owned Firms: Such firms are asked to
immediately notify the Air Force contract point of contact upon
deciding to respond to this announcement. Foreign contractors should be
aware that restrictions may apply which could preclude their
participation in this acquisition. D-PROPOSAL PREPARATION INSTRUCTIONS:
(1) General Instructions: Offerors should apply the restrictive notice
prescribed in the provision at FAR 52.215-1(e), Restriction on
Disclosure and Use of Data, to trade secrets or privileged commercial
and financial information contained in their proposals. Proposal
questions should be directed to one of the points of contact listed
elsewhere herein. Offerors should consider instructions contained in
the Indexed guide to PRDA and BAA Programs referenced in Section A of
this announcement. Technical and cost proposals, submitted in separate
volumes, are required and must be valid for 180 days. Proposals must
reference the above PRDA number. Proposals shall be submitted in an
original and four copies. All responsible sources may submit a proposal
which shall be considered against the criteria set forth herein.
Offerors are advised that only contracting officers are legally
authorized to contractually bind or otherwise commit the government.
(2) Cost Proposal: The accompanying cost proposal/price breakdown shall
be supplied on an SF 1448, together with supporting schedules, and
shall contain a person-hour breakdown per task. Copies of the
above-referenced forms may be obtained from the contracting office
cited. The costs should be broken down by task to facilitate partial
award of a separate task if appropriate. (3) Technical Proposal: The
technical proposal shall include a discussion of the nature and scope
of the research and the technical approach. Additional information on
prior work in this area and r sum s of personnel who will be
participating in this effort should also be included as attachments to
the technical proposal and will not be included in the page limit
provided these attachments are so marked as noted hereby. The technical
proposal shall include a Statement of Work (SOW) detailing the
technical tasks proposed to be accomplished under the proposed effort
and suitable for contract incorporation. Offerors shall refer to the
PRDA and BAA Guide referenced in Section A to assist in SOW
preparation. Any questions concerning the technical proposal or SOW
preparation shall be referred to the Technical Point of Contact cited
in this announcement. (4) Page Limitations: The technical proposal
shall be limited to 50 pages (12 pitch or larger type), double spaced,
single-sided, 8.5 by 11 inches. The page limitation includes all
information, i.e. SOWs, indices, photographs, foldouts, appendices, and
any other attachments, etc.except as specifically exempted above. Pages
in excess of these limitations will not be considered by the
Government. Cost proposals have no limitations; however, offerors are
requested to keep cost proposals to 75 pages as a goal. (5) Preparation
Cost: This announcement does not commit the Government to pay for any
response preparation cost. The cost of preparing proposals in response
to this PRDA is not considered an allowable direct charge to any
resulting or any other contract. However, it may be an allowable
expense to the normal bid and proposal indirect cost as specified in
FAR 31.205-18. E-BASIS FOR AWARD: The selection of one or more sources
for award will be based on an evaluation of an offeror's response
(both technical and cost aspects) to determine the overall merit of the
proposal in response to this announcement. The technical aspect, which
is ranked as the first order of priority, shall be evaluated based on
the following criteria which are of equal importance: (a) the
offeror's understandingof the scope of the technical effort; (b) the
soundness of the offeror's technical approach; and (c) availability of
qualified technical personnel and past experience relevant to this
effort. Cost and/or price, which includes consideration of proposed
budgets and funding profiles, is a substantial factor, but ranked as
the second order of priority. No other evaluation criteria will be
used. The Air Force reserves the right to select for award of a
contract, grant, or cooperative agreement any, all, part or none of the
proposals received. Award of a grant to universities or nonprofit
institutions or a cooperative agreement, in lieu of a contract, will be
considered and will be subject to the mutual agreement of the parties;
F-POINTS OF CONTACT: (1) Technical Point of Contact: Project Engineer,
Larry Huttsell. AFRL/VASV, Wright-Patterson Air Force Base, OH
45433-7542, (937) 255-7384, email address huttselj@wl.wpafb.af.mil. (2)
Contracting Point of Contact: Questions related to the contract /cost
issues should be directed to the Contract point of contact listed in
part A. (3) An Ombudsman has been appointed to hear concerns from
offerors and potential offerors during the proposal development phase
of this acquisition. The purpose of the Ombudsman is not to diminish
the authority of the Program Office or the Contracting Officer, but to
communicate contractor concerns, issues, disagreements and
recommendations to the appropriate government personnel. When
requested, the Ombudsman shall maintain strict confidentiality as to
the source of the concern. The Ombudsman does not participate in the
evaluation of proposals or in the selection decision. Interested
parties are invited to contact LtCol James Bixler, Det 1 AFRL/PK,
telephone (937) 255-4813 (e-mail, bixlerjp@wl.wpafb.af.mil). All
routine communication concerning this acquisition should be directed to
the Contract point of contact listed in part A. (0127) Loren Data Corp. http://www.ld.com (SYN# 0002 19980511\A-0002.SOL)
A - Research and Development Index Page
|
|