Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 22,2000 PSA#2541

Commander, 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