|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 22,2000 PSA#2541Commander, U.S. Army Aviation and Missile Command, Acquisition Center,
Research Development and Engineering Center, Redstone Arsenal, AL
35898-5000 A -- JOINT TRANSPORT ROTORCRAFT (JTR) TECHNICAL AND OPERATIONAL
CONCEPT DEVELOPMENT (TOCD) DUE 030300 POC Ms. Patsy Garrison,
256-842-7406; Ms. Marcia Tully, 256-876-1351 TITLE: RESEARCH AND
DEVELOPMENT SOURCES SOUGHT FOR THE JOINT TRANSPORT ROTORCRAFT (JTR)
TECHNICAL AND OPERATIONAL CONCEPT DEVELOPMENT (TOCD) Contract POC: Ms.
Patsy Garrison, AMSAM-AC-RD-BC, Acquisition Center, (256) 842-7406,
email: garrison-pc@redstone.army.mil. or Ms. Marcia Tully,
AMSAM-AC-RD-BC, Acquisition Center, (256) 876-1351, email:
tully-mn@redstone.army.mil. (U.S. usage only) The U.S. Army Aviation
and Missile Command (AMCOM) is soliciting sources for the Technical and
Operational Concept Development (TOCD) phase of the Joint Transport
Rotorcraft (JTR) program. This "Request for Information" is to assess
R&D capabilities for concept studies, system design, and virtual
modeling/prototyping to resolve critical technological and operational
design considerations for a Joint Transport Rotorcraft (JTR) for
military operations 2010 and beyond. The JTR is envisioned to be DoD's
future cargo logistics transport Vertical Take-Off and Landing (VTOL)
air vehicle, e.g., helicopter, tilt rotor, or other advanced
configuration. JTR is planned to be the replacement system for the
Army's CH/MH 47 Chinook and potentially the Navy/Marine Corp's CH-53
Super Stallion helicopters, as well as the Navy's Carrier Onboard
Delivery (COD) aircraft. JTR is also expected to provide a
complimentary operational capability to the Navy/Marine Corp's V-22
tilt rotor aircraft. The JTR is expected to meet emerging needs of the
CINC's logistics mobility requirements, which include intra-theater
projection of the Army's postulated Medium Divisions and Objective
Force, USMC Expeditionary Forces and Operational Maneuver from the Sea
(OMFTS). This is a key aspect of the Army's Chief of Staff Vision and
includes the capability to provide tactical, intra-theater, and
potentially inter-theater transport of the Army's Future Combat Systems
(FCS) and the Marine's Amphibious Assault Vehicles and Light Attack
Vehicles. Tentative performance and mission bands are included at
appendix I of the Draft TOCD Statement of Work (SOW). U.S. companies
may obtain the Draft TOCD SOW by email request to the Contracting
Officer. As a potential joint program, JTR will provide a significant
increase in mission capabilities over current DoD VTOL systems and a
significant improvement in affordability as well. Reduction in cost of
ownership as compared to today's systems will be achieved partially
through commonality in joint training, supportability and Integrated
Logistics Support (ILS) requirements. Operation and Support (O&S) costs
will be reduced by "built in" improvements in Reliability, Availability
and Maintainability (RAM) of the JTR systems and through the use of
integrated diagnostics and "intelligent" prognostic subsystems. The
potential also exists for international and commercial derivatives to
be built, which could effectively lower both development and production
costs. As currently planned the JTR program strategy calls for JTR
First Unit Equipped (FUE) in 2018, with Engineering and Manufacturing
Development (EMD) beginning in 2010. A Program Definition and Risk
Reduction (PDRR) phase will occur from 2006 to 2009, preceded by a
number of major system 6.3 Technology Demonstrations (TDs) from FY
01-05. Since there are no plans for an "integrating" Advanced
Technology Demo (ATD) between completion of the FY 01-05 TDs and
initiation of the PDRR phase, an additional risk mitigation effort
consisting of "follow-on" TD(s) may be required concurrent with the
PDRR phase. The need for this potential requirement will be a function
of a technology risk assessment performed by the TOCD contractors. Up
to three TOCD study contracts will occur between June FY-00 and May
FY-02 based on requirements herein. A roadmap reflecting major JTR
program development activity is attached as appendix II of the SOW. The
entire JTR development and acquisition program strategy is founded on
a Simulation Based Acquisition (SBA) approach utilizing Simulation and
Modeling for Acquisition, Requirements and Training (SMART). The SBA
approach will use simulation continuously and extensively to evolve the
JTR from vision to concept, design, development, test, production,
training, and fielding. Simulation details are contained in the JTR
Simulation Support Plan (SSP), also available on request. As noted
above, the JTR program strategy calls for "up to three" TOCD study
contracts to be awarded concurrently in June 00 and executed over a 24
months period. Each TOCD study contract will have two primary
objectives: determination of a preliminary JTR configuration and sizing
critical subsystem sizing criteria; and provide support to the
Government's Integrated Concept Team (ICT) activities for the
contractor's recommended configuration. The TOCD effort is divided into
two phases. Phase one encompasses the first 180 days after contract
award. This phase includes: review of JTR scenarios, missions and
vignettes; review of desired JTR performance and other mission
requirements; performance of parametric analysis and preliminary
design(s); and support to the JTR ICT (to include limited on-site
analytical and simulation support). Phase two encompasses the next 540
days. It includes: develop and model JTR virtual prototypes; test and
evaluate the virtual prototype in simulation; analyze, model and test
JTR variants; technology and program risk assessment; and technical
and simulation support to the ICT (system concept alternatives and
trade-off determination analysis, and best technical approach data). A
primary deliverable from each TOCD study contract will be a contractor
recommended helicopter, tilt rotor, or other advanced VTOL
configuration optimized for accomplishment of JTR missions in terms of
best overall performance and cost effectiveness, i.e., "best
solution." The recommended configuration, along with supporting
parametric analysis and simulation results, will be used by the
Government to support selection of a helicopter, tilt rotor or other
advanced VTOL configurations for further development as the JTR system.
The contractor will review planned Government FY 01-05 aviation 6.3
Technology Demos, e.g., in rotors, structures, propulsion and drives,
and survivability, and provide any recommended changes to the
demonstrations needed to maximize potential technology transition
opportunities during PDRR (06-09) and EMD of their recommended JTR
configuration(s). The contractors will survey/analyze the "state of
technology" expected within the Government and industry during the FY
01-10 timeframe for avionics, rotors, flight controls, airframe
structures, propulsion, and drive technologies. The contractor(s) will
develop a JTR platform related technology risk assessment for the end
of FY 05 and FY 10, including recommended technology readiness levels.
Propulsion technology will be included as a part of the contractor's
risk assessment, based on the Joint Turbine Advanced Gas Generator
(JTAGG) phase II and III program results (phase III scheduled for
completion in FY 03). The Government will utilize the contractor's
technology risk assessment and recommendations to help determine
readiness ofthe JTR program to enter the PDRR demo phase in FY 06 and
the potential need for development of "follow-on" risk mitigating TDs
to occur concurrently with the PDRR phase. If additional technology
risk reduction is deemed a requirement, the combination of follow-on
TDs, PDRR demonstration(s) and any other available Government/industry
technology demonstrations (FY 06-10) would be coordinated/integrated
to the extent possible to jointly address the technology risk issues
prior to entering EMD. The contractor will also perform a JTR overall
program risk assessment, to include any potential technology
integration and test issues, based on a review of the Government's
strategic JTR development and SBA strategy and provide any recommended
revisions. Contractor's TOCD analysis and simulation activities will
provide critically needed analysis and simulation support to the JTR
ICT Requirements Determination process. The JTR ICT is chartered by
Army's Training and Doctrine Command (TRADOC) and chaired by the Army
Aviation Center, Fort Rucker, AL. The ICT will lead the JTR
Requirements Determination Process, (reference TRADOC Pamphlet 71-9)
with participation by other Army and DoD service organizations.
Contractor's TOCD study products will provide needed analysis and
simulation support to the ICT as it proceeds through the "Determination
of Mission Need" phase leading to a Milestone (MS) 0 "Material
Acquisition Decision", followed by the "Concept Exploration" phase
leading to a MS I "Program Initiation" decision. A successful MS 0
decision requires development of a supporting Mission Needs Statement
(MNS) and a MS I decision requires development of a supporting
Operational Requirement Document (ORD). A successful MS I decision is
required for entry into the follow-on PDRR phase. In duration, the TOCD
study effort will partially span and support both the "Determination of
Mission Need" phase and the "Concept Development" phase. In the
"Determination of Mission Need" phase, contractor TOCD study analysis
and simulation results will be used to help the ICT examine Doctrine,
Training, Leader development, Organization, Materiel and Soldier
(DTLOMS) alternatives regarding a JTR solution. In the "Concept
Exploration" phase, Contractor TOCD study analysis and simulation will
be used to assist the ICT in performing "Requirements Analysis" and
"Analysis of Alternatives" (AoA) study activities. Products of the
Requirements Analysis process include "Operationally Justifiable
Thresholds" (minimum acceptable performance requirements) and "Key
Performance Parameters" (KPPs). To complete the AoA process, supporting
analysis is required from a Trade-Off Determination (TOD) and Best
Technical Approaches (BTA) for which the TOCD contractor will also
provide technical support for their recommended JTR configuration. As
noted previously, affordability of the JTR system is of major
importance, to include Concept Development, PDRR, EMD, and Production
phases, as well as O&S Costs. Development and production costs will be
reduced by incorporation of a SBA approach throughout the program and
advanced manufacturing techniques. Lowering of recurring production
costs is also being addressed by potentially increasing the total
production numbers as a function of possible Joint service, commercial
and international variants. JTR O&S costs will be reduced by designed
and "built in" improvement in JTR system efficiencies, e.g. reduced
fuel costs as a function of propulsion improvements, and improved RAM.
Contractor will identify integrated intelligent platform diagnostics
and prognostics capabilities providing support to RAM improvements.
Logistics system improvement will be addressed by a two level digitally
integrated logistics infrastructure and Prime Vendor Support (PVS).
Cost as an Independent Variable (CAIV) shall also be integrated into
all phases of the contractor's TOCD study including JTR performance,
configuration and schedule trade determinations. PROGRAM FUNDING:
Pending the release of funds, AMCOM has budgeted $2.883M ($0.39M FY 00
and $2.493M FY 01) for up to three TOCD contracts. A 50/50 cost share
is anticipated as total TOCD costs have been estimated at $5.77M (for
3 contracts) for approximately 7 man-years of effort per contractor.
SUBMISSION PROCESS: Offerors interested in documenting their
capabilities to perform this work should respond by indicating their
ability to meet the above screening criteria. The expected workload is
estimated at 7 man-years over 24-months, beginning in June 2000, and
includes travel to government facilities. Potential sources/offerors
are invited to submit responses to this "Request for Information" to
the Contracting Officer no later than 03 Mar 2000 for consideration as
a source at: Commander US Army Aviation and Missile Command ATTN:
AMSAM-AC-RD-BC (Ms. Patsy Garrison/Ms. Marcia Tully) Building 5400
Redstone Arsenal, AL 35898-5000 Firms responding should indicate
whether they are a large business, small disadvantaged business, 8(a)
business, or woman-owned small business, and whether they are an U.S.
or foreign-owned firm. Foreign industry desiring to participate in this
market survey may do so, with the understanding that future
participation in the JTR program may be limited, and that
participation, if allowed, will be determined on a case-by-case basis.
It is anticipated that full performance in the JTR program will
require an U.S. issued facility and personal security clearances.
Foreign industry, non-U.S. citizens and U.S. citizens or companies
representing foreign interests desiring a copy of the draft JTR SOW
must submit an Official Request for Information through the appropriate
country embassy, Washington, DC to Headquarters, Department of the
Army, Deputy Chief of Staff for Intelligence. Requests received in any
other manner will not be accepted. Each request will be adjudicated on
a case by case basis. Each offeror, responding to this synopsis, is
requested to submit with its reply a name, telephone, and e-mail for a
point of contact. The Government will solicit those firms meeting the
screeningcriteria in this synopsis. Organizations responding to this
sources sought synopsis will not be identified as to whether or not
they meet the screening criteria. Any offeror initially judged to be
unqualified may request a copy of the Request For Proposal (RFP) upon
a written request and any offer such a firm might submit will be
adjudicated on a case-by-case basis. When the RFP is published in the
CBD, submission of proposals will be due 30 days after the CBD
announcement. Proposals not selected for funding will be disposed of in
a manner that protects proprietary data. All proprietary material
should be clearly marked and will be held in the strictest confidence.
Initial awards are anticipated within 45 days of receipt of the formal
proposals, pending the release of funds. This synopsis is for
information and planning purposes, does not constitute an RFP, and is
not to be construed as a commitment by the Government. Closing date for
submission of responses is 03 Mar 2000. Posted 02/17/00 (W-SN426394).
(0048) Loren Data Corp. http://www.ld.com (SYN# 0007 20000222\A-0007.SOL)
A - Research and Development Index Page
|
|