不知哪位老大有这个计划的有关资料?

来源:百度文库 编辑:超级军网 时间:2024/04/29 12:29:56
]]
木有材料......
先派lz去做卧底:L
原帖由 franksnail 于 2007-4-27 16:13 发表
先派lz去做卧底:L

好,经费你赞助:D :D

不知这先进复合材料运输机计划(ACCA),和下面这两个计划(AMC-X和AMT)有什么关系?
有没有那个C130垂直起降的概念型号的信息?
]]
看来很少有人对运输机感兴趣啊。
可这是航空工业的基础:@
不知道~:Q :Q
http://aviationweek.typepad.com/ares/2007/04/auroras_take_on.html
April 24, 2007
Aurora's Take on the ACCA


Build a cargo-carrying X-plane in 18 months. That's the broad-brush goal of the Advanced Composite Cargo Aircraft (ACCA) project, kicked off last Friday by the Air Force Research Laboratory. The AFRL awarded two contracts woth a potential $47 million each, one (unsurprisingly) to Lockheed Martin - questions were referred to the company's Skunk Works in Palmdale, California - and the other, much more surprisingly, to Aurora Flight Sciences. Until now, Aurora has specialized in unmanned air vehicles, most of them small.

Aurora president John Langford says that more details of the company's design may be forthcoming in a couple of weeks. He tells DTI that the program's objective is to harvest new technologies in rapid prototyping, composites and flight control in order to build a near-full-size prototype of a cargo airplane - smaller than a C-130 and closer in size to the EADS-CASA C-295 and Alenia C-27J, the contenders in the Army-USAF Joint Cargo Aircraft project - which can use very short, austere runways.

ACCA would be Aurora's first manned aircraft, though Langford makes it clear that the company is looking at concepts that could have "a two-person crew, a one-person crew or no crew". Carrying cargo with an unmanned aircraft could potentially reduce costs and avoid the risk of a crew being captured on hazardous missions.

The project represents a school of thought in airlifter design that maintains that an airplane that can use a very short runway - 750-1,000 feet, for example, well under half what a JCA-type aircraft needs - may be almost as useful as a vertical take-off design, but would be less complex and cheaper. That was the objective of Boeing's tailless, tilt-wing Super Frog study of the mid-1990s and of Burt Rutan's DARPA-funded Advanced Technology Tactical Transport, a twin-boom prototype for a special-operations aircraft.

Phase 1 of the ACCA project, the design of the prototype, is due to be complete by the end of FY2007. Under Phase 2, the prototype itself should fly by late 2008. The USAF has not yet told the contractors whether it intends to fund both designs through Phase 2.
http://www.grants.gov/search/announce.do;jsessionid=Gyvdq6LQqvkfm7QncGG7Tmlz5vv5D8Cxx3JJ0btlwwGyht8yCKvQ!-1851882750
Overview Information

Federal Agency Name:  Air Force Research Laboratory, Air Vehicles Directorate, Structures Division, AFRL/VAS
Broad Agency Announcement Title: Advanced Composite Cargo Aircraft Flight Demonstrator
Broad Agency Announcement Type:  This is the initial announcement.
Broad Agency Announcement Number:   Det 1 AFRL/PKV 07-04
Catalog of Federal Domestic Assistance (CFDA) Number(s):  12.800_AF
Proposal Due Date and Time: 8 Mar 2007 1600 EST  NOTE: Proposal receipt after the due date and time shall be governed by the provisions of FAR 52.215-1(c)(3).
Additional Overview Content:
Air Force Research Laboratory, Air Vehicles Directorate, Wright Research Site is soliciting technical and cost proposals on the research effort described below.  Proposals should be addressed to the Contracting Point of Contact (POC) stated in Section VI of the Full Text Announcement.  This is an unrestricted solicitation.  Small businesses are encouraged to propose on all or any part of this solicitation.  The NAICS Code for this acquisition is 541710, and the small business size standard is 1500 employees.  Proposals submitted shall be in accordance with this announcement.  There will be no other solicitation issued in regard to this requirement.  Offerors should be alert for any BAA amendments that may permit extensions to the proposal submission date.

1.        Potential offerors are notified that effective 01 Jan 2005 to be eligible for an award, they must submit annual Electronic Representations and Certifications, otherwise known as On-line Representations and Certifications Application (ORCA) via the Business Partner Network (BPN) at http://www.bpn.gov/orca.  These FAR level representations and certifications are required in addition to the representations and certifications specific to this acquisition. Before submitting the Electronic Representations and Certifications, contractors must be registered in the Central Contractor Registration (CCR) Database.   On-line registration instructions can be accessed from the Wright Research Site Contracting Office home page at http://www.afrl.af.mil/contract/ or the DISA CCR home page at http://www.ccr.gov/

Type of Contract/Instrument: Cost plus fixed fee, cost reimbursement, or cost share.  The Air Force reserves the right to issue an assistance instrument.
Estimated Program Cost: Phase 1 – approximately $6M total, up to $2M per award.  Phase 2  approximately $45.0M.  
Anticipated Number of Awards:  The Air Force anticipates awarding up to 3 awards for this announcement.  Each award will include a priced Phase 1 and  a priced Phase 2; therefore the cost and technical proposals shall address both Phase 1 and Phase 2.  If more than 1 award is made, a downselection is anticipated to allow one Contractor to proceed to Phase 2; however, the Air Force reserves the right to not award Phase 2.  The downselection criteria are an acceptable Phase 1 detailed design, manufacturing plan, risk reduction plan, and Phase 2 cost and fee.  These criteria can be found also in the model contract (See Section H, special clause H-98 of the attached model contract.)  The Air Force reserves the right to make one award for the entire Phase 1 and Phase 2 program.

Brief Program Summary:

The Air Force Research Laboratory Air Vehicles Directorate (AFRL/VA) is planning for the design, development, and manufacture of a technology demonstration aircraft that features advanced structural design and manufacturing techniques integrated with advanced aerodynamic design. The purpose of this aircraft is to demonstrate the application of structural design and manufacturing technologies that can significantly reduce the structural weight and cost of future military transport type aircraft.  The proposed demonstrator is visualized as an X-type aircraft with an emphasis on innovative structural configurations and concepts. It shall be sufficiently complex to realistically represent the demands of next generation tactical cargo and provide adequate demonstration that the selected technologies can meet such demands.


Full Text Announcement

I.        Program Description: Air Force Research Laboratory, Air Vehicles Directorate is soliciting technical and cost proposals on the following research effort:
1.  Statement of Objective/Needs:  
        a.  Title: Advanced Composite Cargo Aircraft Flight Demonstrator

b. Technical Points of Contact:
       
        Barth Shenk, AFRL/VAOT, (937) 255-8343
        Richard C. Holzwarth, AFRL/VASA, (937) 255-3738

c.  Background:  The Air Force Research Laboratory Air Vehicles Directorate (AFRL/VA) is planning for the design, development, and manufacture of a technology demonstration aircraft that features advanced structural design and manufacturing techniques integrated with advanced aerodynamic design. The purpose of this aircraft is to demonstrate the application of structural design and manufacturing technologies that can significantly reduce the structural weight and cost of future military transport type aircraft.  The proposed demonstrator is visualized as an X-type aircraft with an emphasis on innovative structural configurations and concepts. It shall be sufficiently complex to realistically represent the demands of next generation tactical cargo and provide adequate demonstration that the selected technologies can meet such demands.

This effort required design and construction of a flying demonstrator validating lighter weight and lower cost structural concepts configured to meet the needs of future military transports. This demonstrator aircraft shall be designed to be manufactured primarily from advanced materials for weight reduction and surface smoothness, corrosion and fatigue elimination. It shall be designed to be manufactured rapidly using production-ready techniques and affordably in low unit rate and low total unit production. Its structural design (at a minimum) shall reflect provisions/considerations for rapid loading and unloading of cargo (including airdrop).  As much as possible, engines, avionics, flight control equipment, will be ready, in production, “off the shelf” technology.  AFRL will consider allowing the demonstration flight to be conducted with the demonstrator operating under an FAA experimental airworthiness certificate.

The envisioned program is budgeted at approximately $51M for aircraft design, development, manufacture and initial demonstration. This activity is intended to span a 17 month technical effort. Particular emphasis is given to the need to have a flight worthy, innovative aircraft manufactured predominantly from composite material. This specific aircraft is intended to be operated as an experimental aircraft, and therefore, full production ready materials and manufacturing processes are not required.  For realistic appraisal of future military capability, design concepts and methods, along with structural materials and fabrication methods should be close to production ready.

Teaming of traditional military prime contractors with non-military contractors to achieve a mix of experience in advanced aero-configuration design, lean programs and rapid airframe development and manufacturing is appropriate, and encouraged, but is not mandatory.

Subsequent phases (beyond Phase 2) may focus on using this article as the basis for flight demonstration of other technologies critical for future tactical mobility aircraft.  A follow-on demonstration (or series of demonstrations) may utilize the aircraft as a host for system-level assessment of emerging tactical airlift technologies and to perform initial risk reduction efforts for implementation in future weapons systems.  Therefore, it would be highly desirable for the baseline demonstrator to be configured with this purpose in mind. When provisions for successive future technology demonstrations, such as integrated high lift and control systems, airframe-integrated propulsion systems etc. can be factored into the overall moldline shape and structural configuration, this should be considered desirable. Other than “first principles” consideration regarding planform layout and general arrangement, signature-specific technology integration is not required.

d. Statement of Objectives/Needs:  This effort will design, manufacture, and demonstrate, through flight test, an aero-structural proof of concept air vehicle.  This proof of concept vehicle will demonstrate applicability of and payoffs for recently developed technologies to the design of a light weight advanced mobility transport aircraft.

Program Tasks

Phase 1  Flight Demonstrator Detailed Design Task

The contractor shall develop a Flight Demonstrator Vehicle to demonstrate aero and structural characteristics appropriate for an advanced STOL transport having the following general characteristics:

Configuration: Multi-mission, light transport aircraft biased for STOL performance and speed agility. General layout should consider facilitating operation at small, austere bases and improvised landing zones. The concept design must account for low susceptibility to foreign object damage, benign outwash/exhaust environment, ease of maintenance access, system reliability, etc.).
Airframe: Design should implement widespread use of composite materials for low airframe weight and low cost manufacture.  Selection of airframe design concepts and features, materials, and manufacturing processes to be used should be based on adaptation to large scale production and scalability to larger airframes to maximize potential applications.
Air Vehicle Performance:  Notional mission profiles are described in Appendix A. These missions are provided as general guidance for top-level physical scaling. They are only intended to convey the scope of the desired range of performance and expedite the configuration synthesis process.
Payload Volume: Initial trade space targets for cargo bay volume and flooring strength should be biased toward standard 463L pallets and light, wheeled vehicle cargo in a roll-on / roll-off configuration.  Initial targets for cargo bay accommodations: 3 x 463L pallets or 20 combat-equipped troops or 1 up-armored HMMWV. Width should accommodate a 14 inch walkway in addition to load.


The Flight Demonstrator shall be a proof-of-concept vehicle for notional STOL transport. As such, it does not necessarily have to execute the full mission capability. Fundamental characteristics of the Flight Demonstrator shall be sufficient to demonstrate applicability of the structural design, manufacturing technology, aero-configuration principles and military utility features of the STOL transport vehicle concept   The military utility for the notional STOL transport and the Flight Demonstrator shall incorporate as many of the prioritized attributes as possible based upon contractor team capabilities and the proposed design.  (See  BAA evaluation criterion entitled Soundness of Approach).

The contractor shall prepare a detailed design description of the flight demonstrator vehicle to be delivered at the end of Phase 2. This shall include, but is not limited to, data and analysis supporting their vehicle concept choice, associated costs and program plans for Phase 2. This data and analysis includes, but is not limited to:
        a) Successful tests, processes or technologies developed or proven in prior or concurrent activities.
        b) Teaming arrangements with applicable vendors (engine companies, other airframers and non-military contractors, etc.). Program management framework, including team members, roles, responsibilities and organizational interdependencies shall be defined.
        c) Program risk assessment for cost, schedule and technical feasibility of Phase 2.


At the completion of Phase 1 technical effort, the contractor shall conduct a Phase 1 Review.  This review shall present, via oral presentation, the detailed design description, a detailed manufacturing plan, any required design and manufacturing risk reduction plan, and any other relevant material resulting from the Phase 1 technical effort.  The Air Force will evaluate the detailed design description and substantiating material, as available, to determine overall readiness to proceed into Phase 2 – Flight Demonstrator Fabrication and Demonstration based on the overall technical, cost, and schedule risk to achieving the Phase 2 Objective.  
CDRL 1, CDRL 3, CDRL 4, CDRL 6, CDRL 12, CDRL 13

Phase 2 – Flight Demonstrator Fabrication and Demonstration Task

The contractor shall complete air vehicle design development sufficient to manufacture and safely fly the Flight Demonstrator defined in Phase 1. The contractor shall manufacture the Flight Demonstrator aircraft.  The contractor shall demonstrate flight worthiness of the Flight Demonstrator aircraft through flight test.
CDRL1, CDRL 2, CDRL 3, CDRL 4, CDRL 5, CDRL 6, CDRL 7, CDRL 8, CDRL 9, CDRL 10, CDRL 11, CDRL 12. CDRL 13

e.  Data Handling: If your response to or execution of this solicitation requires any discussion of survivability issues or technologies, please consult the Low Observable/Counter Low Observable security classification guide dated 1 Oct 2002. For specific questions related to interpretation of this guide please contact:                 
               
               Mr Gareth Snyder, SAF/AQL, OL/WP
               Bldg 254,  Area B, 2591 K St.
               WPAFB, OH  45433-7542

2.  Deliverable Items:
a.        Data Items:  See Model contract for list of CDRL’s.  The CDRL’s will be not be separately priced in the contract; however offerors are requested to provide separate pricing for each data item in the proposal for Phase’s 1 and 2.
b.        Software:  As required
c.        Hardware: Flight Demonstrator Aircraft
d.        Other:  At the conclusion of Phase 1 a detailed design, manufacturing plan, and a risk reduction plan will be delivered.  If authorized to proceed to Phase 2 after downselection, at the conclusion of the flight testing the Air Force will take ownership/delivery of the aircraft.
3. Schedule: 5 months for Phase 1 and 12 months for Phase 2 (if authorized to proceed subsequent to downselection)
a.  Overall effort:  Data Items:  Specified on individual CDRL(s)
b.  Software: As required
c.  Hardware:  17 months ARO for Phase  2
4. Other Requirements
a.  Program security classification U
b.  Tempest:  N/A
c.  International Traffic in Arms Regulations (ITAR) (export control) applies and will be subject to ITAR
d.  Certified DD Form 2345, Militarily Critical Technical Data Agreement, required to be submitted with the proposal.
e.        PL 98-94 (export control applies)
f.        DFARS Clause 252.225-7014 Preference for Domestic Specialty Metals (Jun 2005)(DEVIATION), ALTERNATE I (Apr 2003) (DEVIATION) applies to this acquisition.  It is noted that subcontractor flowdown is required.
g.        DFARS Clause 252.225-7012 Preference for Certain Domestic Commodities (Jun 2004) applies.
5. Other Information
a.  Government Furnished Property (GFP) availability:  No GFP/GFE or base support is anticipated; however, if proposed/provided a corresponding reduction will be made to the available funding profile.
b.  Base Support/ Network Access: See 5a above
II.  Award Information
1.        Anticipated Award Date: Phase 1 - 20 April 2007;  Downselect for Phase 2 - 1 October 2007
2.        Anticipated funding for the program (not per contract): FY 07 $16.98M  FY 08 $34.16M  FY 09 $14.1M.  The FY 09 funding is for information only, and if implemented, will be a separate solicitation for Phase 3.
This funding profile is an estimate only and will not be a contractual obligation for funding as all funding is subject to change due to Government discretion and availability
3.        Number of awards anticipated:   Up to 3 awards for Phase 1.  Only 1 Contractor will be authorized to proceed to Phase 2 in accordance with the downselection criteria.  However, as stated above, the Air Force reserves the right to make a single award for both Phase 1 and Phase 2.
4.        Eligibility Information
5.        Eligible Offeror:  This is an unrestricted solicitation. Small businesses are encouraged to propose on all or any part of this solicitation.
6.        Cost Sharing or Matching:  Cost Sharing is not required but will be considered.
7.        Other:
a.  Foreign participation: No
b.  Notice to Foreign-Owned Firms: Such firms are asked to immediately notify the         Contracting POC cited in Section III before deciding to respond to this         announcement.  Foreign contractors should be aware that restrictions might apply         which  could preclude their participation in this acquisition.
       
This acquisition involves data that are subject to export control laws and regulations. Only contractors who are registered and certified with the Defense Logistics Services Center (DLSC) and have a legitimate business purpose may participate in this solicitation. Contact the Defense Logistics Services Center, 74 Washington Avenue N., Battle Creek, Michigan 40917-3084 (1-800-352-3572) for further information on the certification process. You must submit a copy of your approved DD Form 2345, Military Critical Technical Data Agreement, with your proposal.
c.  There are no limits to the number of proposals an offeror may submit.
d.  You may be ineligible for award if all requirements of this solicitation are not met on the proposal due date as identified above.
III.  Proposal and Submission Information
1. Address to Request Solicitation:  Proposals submitted shall be in accordance with this announcement.  There will be no other solicitation issued in regard to this requirement.  Offerors should be alert for any BAA amendments that may permit extensions to the proposal submission date.  There is no additional information to be provided
Please Note:  If you intend to submit a grant or assistance instrument, go on to Section 2 below which discusses the cover page and process for electronic submission of proposals for grants and cooperative agreements.  If, however, you intend to propose a contract, proceed directly to Section 3 below—“Content and Form of Proposal Submission.”

2.        COVER PAGE - SF 424 (R&R) FORM

All proposals, both electronic and hard copies, for grants or assistance must include SF 424 (R&R) as a cover page.   Forms are available on Grants.gov.  To access the forms, go to
http://grants.gov/agencies/aforms_repository_information.jsp

Proposals for grants or assistance instruments may be submitted either (1) directly with a hard copy to the AFRL/Det 1 contracting POC listed in this announcement or (2) electronically through the grants.gov.apply government-wide electronic portal  You must notify your contracting POC within 10 days of this notice if you decide to submit your proposal electronically.  

FOR HARD COPY SUBMISSION:  
The original proposal and the number of copies specified in this announcement must be delivered directly to the contracting POC in AFRL Det 1 at the time and date specified in this announcement.

FOR ELECTRONIC SUBMISSION:
Advance Preparation – Electronic proposals must be submitted through Grants.gov.  There are several one-time actions your organization must have completed.  Long before the proposal submission deadline, you should verify that the persons authorized to submit proposals for your organization have completed these actions.  If not, it may take them up to 21 days to complete the actions before they will be able to submit proposals.

The process your organization must complete includes obtaining a Dun and Bradstreet Data Universal Numbering System (DUNS) number, registering with the Central Contract Registry (CCR), registering with the credential provider, and registering with Grants.gov.  Designating an E-Business Point of Contact (EBiz POC) and obtaining a special password called MPIN are important steps in the registration process.  Go to www.Grants.gov/GetStarted.  

Your organization’s E-Business POC, identified during CCR Registration, must authorize someone to become an Authorized Organization Representative (AOR).  This safeguards your organization from individuals who may attempt to submit proposals without permission.  Note:  In some organizations, a person may serve as both an E-Business POC and an AOR.

The Grants.gov Organization Registration Checklist is located at http://www.Grants.gov/section3/OrganizationRegCheck.pdf to guide you through the process.

If a proposal is submitted through Grants.gov, PureEdge Viewer will need to be downloaded.  This small, free program will allow you to access, complete, and submit applications electronically and securely.  For a free version of the software, visit the following web site:  www.Grants.gov/DownloadViewer.  

Should you have questions relating to the registration process, system requirements, how an application form works or the submittal process, call Grants.gov at 1-800-518-4726 or support@Grants.gov.

Submitting the Electronic Proposal – Application forms and instructions are available at Grants.gov.  To access these materials, go to http://grants.gov  Select “Apply for Grant”, and then select “Download Application Package”. Enter the CFDA number (typically 12.800).  You should also enter the BAA number, and then follow the prompts to download the application package.  

The applicant will receive a confirmation page upon completing the submission to Grants.gov.  This confirmation page is a record of the time and date stamp that is used to determine whether the proposal was submitted by the deadline.  A proposal received after the deadline is “late” and will not be considered for an award.

Future Broad Agency Announcements for basic research that may result in grants or assistance instruments issued by this office will invite electronic proposal submission through the grants.gov apply government-wide portal.

Section 3 below “Content and Form of Proposal Submission” is identical for grants and cooperative agreement (in hard copy or electronic) and contract proposals  

3.        Content and Form of Proposal Submission: The paragraphs below identify proposal format and content.  Proposals should be addressed to the Contracting Point of Contact (POC) identified in Section VI.
a.         General Instructions:  Offerors should apply the restrictive notice prescribed in the provision of FAR 52.215-1(e) Instructions to Offerors—Competitive Acquisition. Offerors should consider proposal instructions contained in the AFRL PRDA/BAA Guide for Industry, which can be accessed on line at http://www.afrl.af.mil/contract/default.htm.  This guide is specifically designed to assist the offeror in understanding the BAA proposal process. Technical/management and cost volumes should be submitted in separate volumes, and must be valid for 180 days.  Proposals must reference the announcement number Det 1 AFRL/PKV 07-04. Offerors must submit one-original and 5 copies of their proposals.  Offerors are advised that only contracting officers are legally authorized to contractually bind or otherwise commit the government.  The cost of preparing proposals in response to this BAA 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.
b.        Technical/Management Proposal:
i.        Page Limitation:  The Proposal shall be limited to 50 pages, equivalent to a standard 10-pitch type of larger.  Examples of standard 10-POINT business fonts which are equivalent to 10 pitch are Arial, Bookman, or Times New Roman.  Pages shall be double-spaced, single-sided, 8.5 by 11 inches.  This limitation includes all information, e.g., indices, photographs, foldouts, appendices, attachments, etc.  It does not apply to the offeror’s proposed Statement of Work (SOW), which is limited to10 pages total for both phases. The government will not consider pages in excess of this limitation.
ii.        The 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, descriptions of available equipment, data and facilities and resumes of personnel who will be participating in this effort should also be included as attachments to the technical proposal.  This volume shall include a SOW detailing the technical tasks proposed to be accomplished under the proposed effort and suitable for contract incorporation.  Do not include any proprietary information in the SOW. Refer to the AFRL PRDA/BAA Guide for Industry referenced above to assist in SOW preparation.
iii.        Any questions concerning the technical proposal or SOW preparation shall be referred to the Technical POC cited in the Overview Information.
c.        Cost/Business Proposal:  
i.        Separate the proposal into a business section and cost section.  Adequate price competition is anticipated.  The business section should contain all business aspects to the proposed contract, such as type of contractual instrument, any exceptions to terms and conditions of the announcement model contract, any information not technically related, etc.  Provide rationale for exceptions.   Cost proposals have no limitations; however, offerors are requested to keep cost proposals to 100 pages as a goal.  The proposal shall be furnished with supporting schedules and shall contain a person hour breakdown per task.  The cost proposal should provide costs in accordance with a work breakdown structure and an electronic spreadsheet with all formulas included should accompany the proposal.  Summary sheets broken down by cost element by calendar or fiscal year are required.  Refer to the AFRL PRDA/BAA Guide for Industry for detailed proposal instructions.  
ii.        Subcontracting plans, for Phase 1 and Phase 2 shall be submitted along with the technical and cost proposals.  Small business is exempt from this requirement.  
d.        Proposal Content Summary:  You may be ineligible for award if all requirements of this solicitation are not met on the proposal due date.  Reference Section VII for a checklist of the requirements.
3.        Proposal Due Date and Time:  8 Mar 07 1600 EST.  NOTE: Proposal receipt after the due date and time shall be governed by the provisions of FAR 52.215-1(c)(3).

NOTE:  Intent to Propose:  Offerors that anticipate submitting a proposal are requested to submit an e-mail to douglas.harris@wpafb.af.mil containing the name of the contractor, the POC, and the contractor’s intent to submit a proposal.  This “Intent to Propose” is requested by 9 Feb 2007, 3:00 p.m. EST.
4.        Intergovernmental Review:  None
5.        Funding Restrictions:  None.
6.        Other Submission Requirements:  Proposals must be submitted to:  Douglas E. Harris Contracting Officer AFRL/PKV.  If by postal mail or hand delivery:  AFRL/PKV, Bldg 167, 2310 8th St., Wright-Patterson AFB, OH 45433-7801
If by electronic submission:  URL or e-mail address, whether a password is required and a point of contact that will be available to resolve technical difficulties.
IV. Proposal Review Information
1.  Evaluation Criteria:  The selection of up to three awards will be based on an evaluation of each offeror’s proposal (both technical and cost/price aspects) to determine the overall merit of the proposal in response to the announcement.  The technical aspect, which is ranked as the first order of priority, shall be evaluated based on the following criteria that are of equal order of importance as well as on Agency need and funding availability:
a.  Technical Evaluation criteria.  
1) Understanding the Problem.The offeror’s understanding of the objectives of the Air Force program as demonstrated through the completeness of their proposal.  The proposed effort shall be evaluated for the following which are of equal importance:
a) Substantiation of the proposed flight demonstrator design, including a design description of the proposed demonstrator, a description of the air vehicle system, an analysis of air vehicle performance, documentation of the analysis methods and results, and a proposed air vehicle manufacturing plan.  
b) Specific, critical technologies to be implemented within the air vehicle, the air vehicle design, the air vehicle structure and the air vehicle manufacturing plan will be evaluated for innovation to reduce air vehicle weight and/or cost, or to otherwise improve air vehicle performance or enable improved air vehicle performance or mission utility.
c) The completeness and feasibility of the proposed risk reduction plan to establish confidence in the performance and safety of the air vehicle..
d) Features of the design concept that will allow potential future use of this air vehicle for continued technology demonstrations.  

2) Soundness of the Approach.  The completeness and military utility of the proposed concept vehicle design and the potential of the proposed demonstrator vehicle to demonstrate the key design features to achieve military utility.  Design features and capabilities evaluated for military utility include, in priority order:
a)        compatibility with rough, unprepared field operation (strength, FOD resistance).
b)        fully pressurized fuselage with volume for up to three 463L pallets
c)        structural robustness with respect to common types of service induced
damage, to include ballistic damage
d)        463L pallet/Light wheeled vehicle compatible flooring and aft-ramp loading
e)        cruise speed of at least 400 knots
f)        tolerance for climatic (thermal) extremes

3)  Experience and Qualifications.
(The following are of equal importance)
a)  The offeror’s experience, as documented in their proposal, with designing, building, testing and delivering to a customer type certificated aircraft.
b)  The availability of qualified technical personnel, and their experience with the applicable technologies.
c)  The availability, from any source, of necessary research, test, laboratory, or shop facilities.


b.  Cost/Price: Cost/Price includes the reasonableness and realism of the proposed cost and fee and consideration of proposed budgets and funding profiles.  Cost/Price is a substantial factor, but ranked as the second order of priority.

c.  Proposal Risk Assessment: Proposal risk for technical, cost, and schedule will be  assessed as part of the evaluation of the above evaluation criteria..  Proposal risk relates to the identification and assessment of the risks associated with an offeror's proposed approach as it relates to accomplishing the proposed effort.  Tradeoffs of the assessed risk will be weighed against the potential payoff.

2.  Review and Selection Process
a.  Categories:  The technical and cost proposals will be evaluated at the same time and categorized as follows:
i.        Category I:  Well conceived scientifically and technically sound proposals pertinent to program goals and objectives, and offered by a responsible contractor with the competent scientific and technical staff and supporting resources needed to ensure satisfactory program results.  Proposals in Category I are recommended for acceptance subject to funding constraints.
ii.        Category II:  Proposals not technically sound or do not meet agency needs.

b.  No other evaluation criteria will be used.  The technical and cost proposals will be evaluated at the same time.  The Air Force reserves the right to select for award any, all, part or none of the proposal received.

3.        Anticipated Award Dates:  20 Apr 07 for Phase 1, the downselection for Phase 2 authorization is anticipated 1 Oct 2007.

V. Award Administration Information
1.  Award Notices:  Offerors will be notified whether their proposal is recommended for award, by letter or e-mail, on or about 12 April 2007.  The notification is not to be construed to mean the award of a contract is assured, as availability of funds and successful negotiations are prerequisites to any award.
2.  Administrative Requirements:  See Section I. ITAR and PL 98-94 apply.
3.  Reporting:  See CDRL’s in Model Contract

VI.  Agency Contacts
1.        Address technical questions to: Barth Shenk, Program Manager, AFRL/VAOT, 937-255-8343, barth.shenk@wpafb.af.mil, mail address AFRL/VAOT, 2130 8th Street, Bldg 45, Wright Patterson AFB, OH  45433 or Richard Holzwarth, Project Engineer, AFRL/VASA, (937) 255-3738, Richard.holzwarth@wpafb.af.mil; mail address:  AFRL/VASA, 2130  8th St, Bldg 45, Wright Patterson AFB, OH 45433.
2.        Address contracting questions to:  Douglas E. Harris, Contracting Officer, AFRL/PKV, (937) 656-9833, douglas.harris@wpafb.af.mil; Mail address:  AFRL/PKV, Bldg 167,  2310 8th St., Wright-Patterson AFB, OH 45433-7801
VII.  Other Information
1. Acquisition of Commercial Items:  Based upon market research, the Government is not using the policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services.  However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government’s requirement with a commercial item within 15 days of this notice.

2.  Support contractors:  Offerors are advised that employees of commercial firms under contract to the Government may be used to administratively process proposals, monitor contract performance, or perform other administrative duties requiring access to other contractors' proprietary information.  These support contracts include nondisclosure agreements prohibiting their contractor employees from disclosing any information submitted by other contractors or using such information for any purpose other than that for which it was furnished.

3. Wide Area Work Flow:  NOTICE:    Any contract award resulting from this solicitation will contain the clause at DFARS 252.232-7003, Electronic Submission of  Payment Requests, which requires electronic submission of all payment requests.  The clause cites three possible electronic formats through which to submit electronic payment requests.  Pursuant to that clause, the Department of Defense is adopting Wide Area Work Flow-Receipt and Acceptance (WAWF-RA).  Any contract resulting from this solicitation will establish a requirement to use WAWF-RA for invoicing and receipt/acceptance, and provide coding instructions applicable to this contract.  Contractors are encouraged to take advantage of available training (both web-based and through your local DCMA office), and to register in the WAWF-RA system.  Information regarding WAWF-RA, including the web-based training and registration, can be found at https://wawf.eb.mil..

4.  Item Identification and Valuation.  Any contract award resulting from this solicitation may contain the clause at DFARS 252.211-7003, Item Identification and Valuation, (APR 2005) which requires unique item identification and valuation of any deliverable item for which the Government’s unit acquisition cost is $5,000 or more; subassemblies, components, and parts embedded within an item valued at $5,000 or more; or items for which the Government’s unit acquisition cost is less than $5,000 when determined necessary by the requiring activity for serially managed, mission essential, or controlled inventory.  Also included are any DoD serially managed subassembly, component, or part embedded within a delivered item and the parent item that contains the embedded subassembly, component, or part.  Per DFARS 211.274-3 Policy for Valuation, it is DoD policy that contractors shall be required to identify the Government’s unit acquisition cost for all items delivered, even if none of the criteria for placing a unique item identification mark applies.  Therefore, your proposal must clearly break out the unit acquisition cost  for any deliverable items.  Per DFARS 211.274-3 Policy for Valuation, “The Government’s unit acquisition cost is the Contractor’s estimated fully burdened unit cost at time of delivery to the Government for cost type or undefinitized line, subline, or exhibit line items”  (Per DoD, “fully burdened unit costs” to the Government would include all direct, indirect, G&A costs, and an appropriate portion of fee.).  If you have questions regarding the Unique Item Identification requirements, please contact the Contracting Point of Contact listed above.  For more information, see the following website: http://www.acq.osd.mil/uid.  

5.  Ombudsman:  The Ombudsman clause, 5352.201-9101 Ombudsman (Aug 2005) will be contained in any contracts or agreements resulting from this Solicitation.  The AFRL Ombudsman is Sue Hunter, Director of Contracting, AFRL/PK, (937)255-0432, email:  sue.hunter@wpafb.af.mil.     


6.  Proposal Content Checklist:  You may be ineligible for award if all requirements of this solicitation are not met on the proposal due date.
a.        Proposals are due to the AFRL/PKV Contracting Officer in accordance with the instructions shown above for hard copy submittal  (or electronic copy through the grants.gov website.
b.        Proposals are due no later than the due date and time specified in this announcement.
c.        Completed Certifications and Representations (Section K) are due with the proposal.   In the interests of transformation and streamlining and in order to be in position to award within days of completion of the technical evaluation, it is imperative that you review the model contract appropriate for your business type and provide with your proposal any exceptions to terms and conditions.  The model contract and Section K reps and certs are included as an attachment to the solicitation.
d.        The Cost/Business Proposal must contain all information described in the Content and Form of Proposal Section.
e.         For any subcontracts proposed, the Cost/Business Proposal must contain a           subcontractor analysis IAW FAR 15.404-3(b).
f.        The Cost/Business Proposal must contain any exceptions to the sample Model Contract Terms and Conditions.  Any additions or deletions will be discussed with the offeror prior to award of the document.
g.        Proposal page limits are strictly enforced.  See Section IV.2.b.of the solicitation for page limits.
h.        Offerors other than small businesses are to include a subcontracting plan in Microsoft Word Readable Format on a CD ROM as well as a hard copy.
i.        Offerors who have Forward Pricing Rate Agreements (FPRA’s) and Forward Pricing Rate Recommendations (FPRR’s) should submit them with their proposal.
http://www.defenseindustrydaily. ... t-project/index.php
AJACS Load: US Begins (Another) Next-Gen Tactical Transport Project
Posted 23-Apr-2007 09:04
Related stories: Americas - USA, Contracts - Awards, Design Innovations, Lockheed Martin, Other Corporation, R&D - Contracted, Transformation, Transport & Utility
Also on this day: 23-Apr-2007 »

A400M: The real target?
(click to view full)From "C-130J Acquisition Program Restructured":

"[The C-130J Hercules] has since been deployed into theater by the USAF, where its vastly improved performance in "hot and high" environments has come in very handy. Unlike the pending Airbus A400M, however, the C-130J doesn't solve the sub-survivable 20-ton armored vehicle limit that has stymied multiple US armored vehicle programs from the Stryker IAV to Future Combat Systems. As such, it represents an improvement that fails to address US tactical airlift's key bottleneck limitation."

A pair of recent contracts for something called the Advanced Composite Cargo Aircraft (ACCA) may - or may not - represent a first step toward addressing that issue. It may also represent a US aerospace effort to avoid a looming future in which the Airbus A400M would be the only available tactical transport for survivable armored personnel carriers. With the light transport JCA made up of entirely foreign designs, the 20-ton transport market beginning to crowd, and the heavy-lift C-17 production line headed toward shutdown, the US aerospace industry risks a slip from a 1980-1990s position of market dominance in the military transport space into near-irrelevance by 2015.

So where does ACAA fit in? And how is the Advanced Joint Air Combat System (AJACS) program to which it is connected shaping up?
哈哈,真多呀,等下我用软件翻译出来:D :D
http://www.gbagyros.com/military.php