You are on page 1of 48

DARPA BAA-13-19

Broad Agency Announcement


Vertical Take-Off and Landing Experimental Aircraft
(VTOL X-Plane)
Tactical Technology Office (TTO)
DARPA-BAA-13-19
February 25, 2013

DARPA BAA-13-19

Contents
Part 1.

Overview Information ..................................................................................................... 5

Part 2.

Full Text of Announcement ............................................................................................ 7

I.

Funding Opportunity Description ....................................................................................... 7


A. Program Overview ............................................................................................................. 7
B. Program Goals .................................................................................................................... 8
C. Top-Level Schedule ......................................................................................................... 10
D. Program Approach ........................................................................................................... 11
1. Program Phases ............................................................................................................. 12
1.1 Phase I: Conceptual Design and Technology Maturation (22 Months) .................. 12
1.2 Phase II: Detailed Design and System Integration (18 months) ............................. 15
1.3 Phase III: Ground and Flight Testing (12 months) ................................................. 16
2. Program Milestone Description .................................................................................... 17
2.1 Phase I Milestones .................................................................................................. 17
2.2 Phase II Milestones ................................................................................................. 18
2.3 Phase III Milestones ................................................................................................ 18

II.

Award Information............................................................................................................ 19

III.

Eligibility Information .................................................................................................. 20

A. Eligible Applicants ........................................................................................................... 20


B. Procurement Integrity, Standards of Conduct, Ethical Considerations, and Organizational
Conflicts of Interest............................................................................................................... 21
C. Cost Sharing/Matching..................................................................................................... 21
D. Other Eligibility Criteria .................................................................................................. 21
IV.

Application and Submission Information ..................................................................... 22

A. Address to Request Application Package ........................................................................ 22


B. Content and Form of Application Submission ................................................................. 22
1. Security and Proprietary Issues ..................................................................................... 22
2. Proposal Submission Information ................................................................................. 24
3. Proposal Format ............................................................................................................ 24
Proposal Part 1. Administrative .................................................................................... 25
1.1 Cover Sheet {no page limit} ............................................................................... 25
1.2 Table of Contents, List of Figures, List of Tables {no page limit} .................... 26
1.3 Organizational Conflict of Interest Affirmations and Disclosure {no page limit}
................................................................................................................................... 26
2

DARPA BAA-13-19
1.4 Human Use {no page limit}................................................................................ 26
1.5 Animal Use {no page limit} ............................................................................... 26
1.6 Statement of Unique Capability Provided by Government or GovernmentFunded Team Member {no page limit} .................................................................... 26
1.7 Government or Government-funded Team Member Eligibility {no page limit} 27
Proposal Part 2. Executive Summary {6} ..................................................................... 27
Proposal Part 3. Technical Details ................................................................................ 27
3.1 Work Breakdown Structure (WBS) {no page limit} .......................................... 27
3.2 Organization Chart {2} ....................................................................................... 28
3.3 Innovative Claims for the Proposed Research {30} ........................................... 28
3.4 Technical Approach {25} ................................................................................... 30
3.5 Intellectual Property {No Page Limit} ............................................................... 31
3.6 Management Plan {10} ....................................................................................... 31
3.7 Potential Contribution to the DARPA Mission and Technology Transition
Approach {5} ............................................................................................................ 31
3.8 Related Past Performance {3} ............................................................................ 32
Proposal Part 4. Additional Information ....................................................................... 32
Proposal Part 5. Cost ..................................................................................................... 32
5.1 Detailed Cost Breakdown {no page limit} ......................................................... 32
4. Proposal Submission Deadline and Instructions ........................................................... 34
5. Funding Restrictions ..................................................................................................... 35
V.

Application Review Information ...................................................................................... 35


A. Evaluation Criteria ........................................................................................................... 35
B. Review and Selection Process .......................................................................................... 36

VI.

Award Administration Information .............................................................................. 37

A. Selection Notices.............................................................................................................. 37
B. Administration and National Policy Requirements .......................................................... 37
1. Meeting and Travel Requirements ................................................................................ 37
2. Human Use.................................................................................................................... 37
3. Animal Use ................................................................................................................... 38
4. Publication Approval .................................................................................................... 39
5. Export Control .............................................................................................................. 40
6. Subcontracting .............................................................................................................. 41
7. Electronic and Information Technology ....................................................................... 42
8. Employment Eligibility Verification ............................................................................ 42
3

DARPA BAA-13-19
9. System for Award Management Registration and Universal Identifier Requirements 42
10. Reporting Executive Compensation and First-Tier Subcontract Awards ................... 42
11. Updates of Information Regarding Responsibility Matters ........................................ 42
12. Representation by Corporations Regarding Unpaid Delinquent Tax Liability or a
Felony Conviction Under Any Federal Law ..................................................................... 43
13. Cost Accounting Standards Notices and Certification................................................ 43
14. Controlled Unclassified Information on Non-DoD Information Systems .................. 43
C. Reporting .......................................................................................................................... 44
D. Electronic Systems ........................................................................................................... 44
1. Representations and Certifications ............................................................................... 44
2. Wide Area Work Flow (WAWF) ................................................................................. 44
3. i-Edison ......................................................................................................................... 44
VII.

Agency Contacts ........................................................................................................... 44

VIII.

Other Information ......................................................................................................... 44

A. Intellectual Property Procurement Contract Proposers .................................................... 44


1. Noncommercial Items (Technical and Computer Data Software) ................................ 44
2. Commercial Items (Technical Data and Computer Software) ...................................... 45
B. Non-Procurement Contract Proposers Noncommercial and Commercial Items
(Technical Data and Computer Software) ............................................................................ 46
C. All Proposers Patents .................................................................................................... 46
D. All Proposers Intellectual Property Representations .................................................... 46
IX.

Appendix ....................................................................................................................... 47

DARPA BAA-13-19

Part 1.

Overview Information
Federal Agency Name: Defense Advanced Research Projects Agency (DARPA),
Tactical Technology Office (TTO)
Funding Opportunity Title: Vertical Take-Off and Landing Experimental Aircraft
(VTOL X-Plane)
Announcement Type: Initial Announcement
Funding Opportunity Number: Broad Agency Announcement (BAA) 13-19
Catalog of Federal Domestic Assistance Numbers (CFDA): Not Applicable
Dates:
o BAA Posted:
2/25/2013
o Proposers Day:
3/14/2013
o Questions Due Date: 3/21/2013
o Proposal Due Date: 5/01/2013
o BAA Closing Date: 8/31/2013

Concise description of the funding opportunity: The DARPA Tactical Technology


Office is soliciting proposals on the design, development and demonstration of a vertical
takeoff and landing (VTOL) experimental aircraft (X-Plane) with exceptional
performance in vertical and cruise flight, and operational capability through transition
from vertical to forward flight. The purpose of the program is to champion the design and
development of sub-system technologies and integrated air vehicle configurations that
will enable radical improvements in VTOL flight. The program will demonstrate an
aircraft capable of sustained flight at high speeds, improved hover and cruise efficiencies
that are significantly greater than contemporary rotary-wing aircraft, and increased useful
load fractions and aircraft functionality.
Specifically, the VTOL X-Plane demonstrator aircraft will be designed to fly at sustained
speeds between 300 kt 400 kt and demonstrate aircraft hover efficiency within 25% of
the ideal power loading (at standard sea level conditions) and cruise lift-to-drag ratio no
less than 10. The VTOL experimental/demonstrator aircraft will be designed to have a
gross weight between 10,000 lb 12,000 lb, a useful load no less than 40% of the gross
weight, and a payload capacity of at least 12.5% of the gross weight.
The VTOL X-Plane program is divided into three phases extending over 52 months, with
first flight at 42 months after award. This BAA is for Phase I of the VTOL X-Plane
program. Phase I is broken into two sub-parts, Phase IA and Phase IB. Phase IA is a 6
month conceptual design effort while Phase IB is a 16 month preliminary design and
technology maturation effort. Proposals for the remainder of the program will be
solicited from Phase I prime performers towards the end of the first phase, and must be
submitted by the time of the preliminary design review (PDR). It is anticipated that one
award will be made for Phases II and III. All detailed design, development and
5

DARPA BAA-13-19
integration efforts will be performed during the second phase. Two test articles will be
built during Phases II and III. The aircraft will be flight tested during Phase III to
explicitly validate the performance envelope.

Total amount of money to be awarded: The total planned budget for award is on the
order of $130M, with $47M available in Phase I (the focus of this solicitation).
Anticipated individual awards: Multiple individual awards are anticipated in Phase I.
After Phase I, a single award is anticipated for aircraft development and flight test in
Phases II and III.
Types of instruments that may be awarded: Procurement Contract or Other
Transaction.
Any cost sharing requirements: See Section III-C
Agency contact
o Dr. Ashish Bagai
DARPA/TTO
ATTN: BAA 13-19
675 North Randolph Street
Arlington, VA 22203-2114
FAX: 703-248-4800
EMAIL: DARPA-BAA-13-19@darpa.mil

DARPA BAA-13-19

Part 2.

Full Text of Announcement


I.

Funding Opportunity Description

DARPA often selects its research efforts through the Broad Agency Announcement (BAA)
process. The BAA will appear first on the FedBizOpps website, http://www.fbo.gov, then the
agency website, http://www.darpa.mil/Opportunities/Solicitations/TTO_Solicitations.aspx. The
following information is provided to those wishing to respond to the BAA.
DARPA is soliciting research proposals in the area of novel vertical flight technologies,
configurations, subsystems and integration approaches. Proposed research should describe and
address the investigation of innovative systems that enable revolutionary advancements in
vertical flight concepts. The development and flight test of a VTOL X-Plane technology
demonstrator must also be discussed. DARPA is specifically interested in design concepts that
break out of the dominant design paradigm, and evolutionary improvements to the existing state
of practice are less likely to garner interest.
A. Program Overview
The utility of vertical flight aircraft in U.S. military operations is well established. The ability to
operate to and from unprepared areas and cover large zones of operations expeditiously, while
being able to hover while lifting meaningful payloads, and transporting them over mission
distances under hot and high atmospheric conditions, are essential. The current inventory of
vertical flight machines, dominated by the large open rotor helicopter, has fulfilled many
requirements, but it is inadequate for meeting the performance objectives of operational
situations requiring flight at high speeds to cover long ranges and hovering under extreme
conditions. Such concepts of employment warrant the development of vertical flight vehicles
with transformational improvements in performance over the state-of-the-art (SOA). These are
factors that drive the development of technologies to enable capabilities.
The intent of the VTOL X-Plane program is to advance the design and development of new and
improved technologies, sub-systems, aircraft concepts and configurations to demonstrate vertical
lift aircraft with fundamentally enhanced performance capabilities. The objectives are intended
to enable radical improvements in VTOL speed, hover time, range and useful loads applicable to
future systems, but without degenerating into an aircraft sizing exercise focused on meeting any
particular mission specifications or requirements. As such, while the program seeks to develop
technologies that would enable very large improvements in mission capabilities, it is not
intended to create a pre-production type aircraft for any specific operational effort. Rather, the
technologies developed should be considered with the potential of being applied to future
objective concepts, and for purposes of exemplifying the usefulness of proposed concepts,
proposers may present performance attributes for some defined mission scenario.
Areas for the development and incorporation of innovative technologies include all aspects of air
vehicle aerodynamics, dynamics, controls, propulsion, structures, etc. Design creativity,
deliberate scientific process and systems integration that realize the speed, efficiency and useful
7

DARPA BAA-13-19
work objectives of the program are key elements for success. Examples of innovative technical
solutions include concepts for increased lift and reduced drag, hybrid designs and configurations
for lift sharing, multi-functional high authority control systems, improved power loading for
efficient hover, downwash footprint manipulation, thrust augmentation technologies, exploitation
of ground effect, innovative propulsion applications and integration (augmented, distributed and
mixed/heterogeneous systems), and related control concepts and laws. While the program is not
intended to focus on the development of new materials, engine concepts, energy storage, or
autonomy, it is open to integration of new available technologies in these (and other) areas onto
the air vehicle. It is highly desirable that simplicity and elegance be incorporated into the design
space at a fundamental level, and that the technological solutions produced result in increased net
effectiveness (efficiency), preferably with reduced system complexity. Proposers are encouraged
to consider a spectrum of innovative VTOL systems, designs and aircraft types and not limit
their focus to simply improving existing configurations.
B. Program Goals
A review of the SOA illustrates that the flight speeds of existing VTOL aircraft in the 4,000 lb
24,000 lb weight classes are limited to approximately 170 kt. These aircraft are nearly
exclusively large open rotor systems, the designs of which have been influenced by power
loading considerations to enable hovering flight. Interestingly, however, the average hover
efficiency of even these hover-optimized aircraft is only about 60% of the theoretical ideal.
Furthermore, the lift-to-drag ratios of these edge-wise rotor powered aircraft are lower than what
is typical for fixed-wing aircraft by factors of three or more.
Based on these observations, the primary technical objectives of the VTOL X-Plane program are
to demonstrate radical improvements in flight speeds, hover efficiency, and cruise efficiency of
VTOL aircraft, and to demonstrate the ability to perform useful work throughout the flight
envelope. The program is not focused on designing fast helicopters or new fixed wing aircraft
capable of landing vertically. Rather, it is to conceive novel concepts and configurations,
technologies and detailed sub-system designs to overcome the fundamental issues that limit
vertical flight performance -- e.g., retreating blade stall, high parasite drag, low power loadings,
inefficient lift in translational flight, high empty weight fractions, vertical download, losses due
to interactional aerodynamics, power losses, etc. DARPA would like to see sources of
performance losses converted into concepts that improve system efficiency.
Qualitatively, the program specifies the following essential objectives for the VTOL
demonstrator:

Increased aircraft sustained flight speeds


Increased aircraft hover efficiency
Increased aircraft cruise efficiency
Increased aircraft useful load (fuel, flight crew, test instrumentation, payload)

The VTOL X-Plane program requires that these goals be satisfied simultaneously on a single
platform, and the intent of the flight test phase is to specifically and demonstrably verify these
8

DARPA BAA-13-19
objectives. Simultaneously satisfying these capabilities on a single air vehicle is essential, as they
exemplify the ability to improve VTOL flight speeds while also improving (or at minimum,
retaining) the ability to do useful work an attribute that has often been absent on many VTOL
experimental aircraft programs that have focused on only a subset of these metrics.
Performance Objectives
VTOL X-Plane is intended to establish key performance attributes to enable transformational
mission capabilities on an objective aircraft. These include efficient sustained hover, long-range
cruise, high useful loads and sustained flight at high speeds. Specific performance metrics to be
demonstrated jointly on the VTOL X-Plane are:
1. Sustained high speed flight at true airspeeds between 300 kt and 400 kt.
2. System (aircraft) hover efficiency within 25% of the ideal power loading (at sea-level
standard conditions), which for open rotors (for example) is given by
PL = (2 / DL)1/2, where PL = T/Pact, T = thrust required to hover, Pact = actual power
required to hover, = aircraft non-dimensional coefficient of efficiency, = density of
air, DL = T/A, A = equivalent actuator disk area.
3. System (aircraft) cruise lift-to-drag ratio no less than 10.
4. Useful load fraction no less than 40% gross weight with a payload fraction no less than
12.5% gross weight.
The aircraft useful load for this program is defined as the aggregate weight of the fuel, flight
crew, emergency and test equipment, and payload. Clear and detailed weight build-up statements
will be required as part of the design submissions and must include aircraft empty weight, basic
weight, operating weight and gross weights.
As part of this program, the technologies should be proven at relevant scale on a manned or
unmanned flight demonstrator aircraft weighing between 10,000 lb - 12,000 lb, and with
projected scalability applicable to platforms ranging in gross weights from approximately 4,000
lb to 24,000 lb. The design of the demonstrator as a manned, unmanned or optionally piloted
aircraft is left to the proposers. Design trades should include consideration of aerodynamics,
weight, controls, airworthiness certification, etc. of the demonstrator. The demonstrator aircraft
should be designed with sufficient load margins and be able to execute maneuvers from -0.5g to
2.0g at various flight conditions.
The VTOL X-Plane program, however, will not support the development of new or immature
autonomous systems. The VTOL X-Plane program will also not support the development of
engines or new propulsion systems. All aircraft performance validation and flight demonstration
must be performed using an existing engine type or model. The use of newer technologies (e.g.,
distributed systems, electric motors, hybrid and/or heterogeneous concepts) is welcomed,
provided the risks of doing so are demonstrably acceptable. The Government will not be
providing engines as government furnished equipment (GFE).

DARPA BAA-13-19
Standardized Flight Profile for Derived Performance
Proposers are required to baseline and state the performance of their concepts and estimated
efficiencies for a representative, standardized flight profile as given in Table 1. Specific
performance information (e.g., power required, fuel burn for the segments, distances flown,
ceilings, cruise altitudes, etc.) is requested against this profile. All analyses should be performed
at the maximum gross weight of the vehicle. The flight profile is not intended to set a design
point or mission scenario to size the proposed aircraft, but rather to set common rules from
which concept capabilities can be ascertained.

Table 1. Standardized Flight Profile Description


C. Top-Level Schedule
A top-level VTOL X-Plane program schedule is shown in Figure 1, along with major milestones.
The program spans 52 months and will be conducted in three phases:

Phase I (the focus of this BAA): Phase IA, Conceptual Design (6 months) and Phase IB,
Technology Maturation (16 months)
Phase II: Detailed Design and System Integration (18 months)
Phase III: Ground and Flight Testing (12 months)

This BAA solicits detailed proposals for the entirety of Phase I, with estimated approaches
required for Phases II and III. Phase I contracts will be awarded as a base (Phase IA) and an
option (Phase IB). Progression into Phase II and beyond will be made on the basis of technical
progress made by the performers during Phase I, and the quality of detailed Phases II and III
10

DARPA BAA-13-19
proposals that will be solicited during Phase IB and evaluated after PDR. Phase II and III
proposals will only be sought from selected Phase I performers. It is anticipated that a single
performer (performing team) will be selected for Phase II and beyond.

Figure 1. VTOL X-Plane Program Schedule


D. Program Approach
The three phases of the VTOL X-Plane program are designed to progressively develop and
mature the technologies of the air vehicle and associated systems. Phase I will begin with toplevel conceptual designs, trade studies and significant refinement of the configurations proposed
in response to this BAA. This will be followed by Phase IB that is comprised of comprehensive
preliminary design and maturation efforts that characterize the performance of the individual
technologies, integrated systems and complete aircraft. Subscale or model testing to prove and
evaluate high-risk concepts may be designed and performed during this period as well.
Phase II will focus on the detailed design, development, fabrication and testing of the subsystem
technologies for integration on the aircraft. Because of the aggressive schedule, it is likely that
these subsystems will be developed concurrently with multiple individual critical design
reviews (CDRs) held on a rolling basis. Fabrication of the two air vehicles will also commence
during this phase with the first aircraft completed prior to Phase III. The second air vehicle will
be completed as the first proceeds through ground testing and is prepared for flight in Phase III.
While it is the Governments intent to have two complete air vehicles available for flight testing
and technology evaluation, the critical path of this program is defined by the development
schedule of the first air vehicle. The following sections describe the specific technical objectives
of each phase.

11

DARPA BAA-13-19
1. Program Phases
The following paragraphs discuss the expected efforts to be performed within each phase of the
program. The descriptions are not to be construed as limiting the work performed under the
awarded contracts. The descriptions are to convey an understanding of what is expected to
enable the realization of the aggressive performance goals on a VTOL X-Plane within the
specified structure of the program.
DARPA/TTO strongly encourages proposers to establish agile design processes and utilize
small, focused, and closely integrated teams to execute the program efficiently and effectively.
DARPA is especially interested in rapid design, development and integration approaches that
support the aggressive schedules and objectives of the program. The efficient use of resources is
deemed critical to improved affordability and reduced developmental time.
1.1 Phase I: Conceptual Design and Technology Maturation (22 Months)
It is anticipated that multiple awards will be made during Phase I. Following contract award,
kick-off meetings will be held, at which time Phase I efforts shall commence. Phase I will be
divided into two sections: Phase IA Conceptual Design, with a duration of 6-months, followed
by Phase IB, a Technology Maturation (advanced Preliminary Design) segment of 16-months.
Phase IA (6 months):
During conceptual design, the performers will focus on analyzing, substantiating, refining and
defining subsystems and configurations of the proposed demonstrator aircraft. They will
develop a system that demonstrates the traceability of their efforts to all high risk/enabling
technologies. Efforts will include clearly expounding upon the technologies that will enable the
proposed concepts to meet the performance objectives of the VTOL X-plane program, along
with scientific justification of anticipated results. Thorough technology trade studies will be
performed and alternative technologies evaluated as appropriate. For novel, but higher risk
technologies, alternative systems will be identified to establish recovery paths to meet VTOL XPlane program performance goals.
Aircraft propulsion systems will be identified and selected, and the layout of the aircraft will be
defined, including internal arrangements. Design concepts that maximize the effectiveness of the
subsystems on the integrated air vehicle will be identified for further verification. Relevant
literature surveys and applicable data, along with newly-generated data, will be used to justify
the approaches and anticipated performance benefits. The information will later be used for
validation and verification purposes. All aircraft performance capabilities will be estimated.
Sizing, weight estimates and fuel and power requirements will be computed. Control system
architectures and concepts will be defined along with measures of their effectiveness.
Contributions of subsystem and system efficiencies to realizing program performance objectives
will be developed. Conceptual control law architectures will be defined.
Phase IA will conclude with a Conceptual Design Review (CoDR) six months after program
award. Expected results at CoDR will include significantly detailed analyses of the aircraft and
its systems, performance, identification of all key subsystem performance-derivatives, detailed
assessments of the risks associated with each concept, alternative technologies, recovery plans
12

DARPA BAA-13-19
and prioritized technology maturation and testing recommendations. CoDR will also serve as a
gated progression to Phase IB, and although it is anticipated that all Phase IA performers will
continue into the Technology Maturation phase (Phase IB), DARPA reserves the right to redirect
or discontinue any elements of the efforts, in whole or in part, should the proposed path forward
not be deemed to be aligned with program goals.
Phase IB (16 months):
Phase IB will include traditional preliminary design activities, as well as technology maturation
and prioritized approaches to risk reduction of key, fundamental technologies through modeling
and simulation, analysis and select component level testing. A System Definition Review (SDR)
will be held to gauge progress and advancement of the designs. Performers will relate how their
subsystems will be integrated into the air vehicle, and describe technology development paths to
meet program objectives. Platform design efforts will continue; system performance estimates
and weights will be regularly updated. Initial engineering designs of all key technologies and
subsystems, including aircraft configuration refinement, will be performed during this segment.
Efforts will include the application of more sophisticated analytical tools to define systems and
aircraft aerodynamics, dynamics, handling qualities, stability and control. Relevant model
configuration testing, subsystem technology testing and system level performance simulations
including thorough computational fluid dynamics (CFD) and computational structural dynamics
(CSD) to establish clear performance predictions will be performed. Control systems and flight
simulation modeling will be initiated and developed to preliminary capacity. The phase will
culminate in a comprehensive PDR to include all formal documentation, data, drawings and
results, along with plans for detailed design and fabrication.
The following top-level objectives are established for Phase I:

Systematically refine and develop the configurations, concepts and technologies that
were proposed. Assess and update configuration layouts and options.
Identify and evaluate propulsion requirements, integration concepts and efficiencies.
Provide detailed descriptions and assessments of any non-traditional approaches
proposed.
Perform detailed trade studies to identify and substantiate the effectiveness of the
proposed technologies. Analyze the contributions of each design concept towards the
performance objectives of the aircraft, including performance derivatives.
Identify, assess, quantify and prioritize risks of all technologies, processes and system
attributes critical to realizing the performance goals of the program.
Define risk reduction activities, including simulations, component tests and technology
demonstrations required to validate the effectiveness of the concepts to enable the
realization of overall program goals.
Identify and evaluate alternative and surrogate subsystems to mitigate the risks associated
with novel, immature technologies.
Perform detailed analyses of the designs and functioning of the novel configurations,
multi-functional aerodynamic controls, lift and thrust generation concepts, methods to
enhance hover and cruise efficiencies, control systems and laws, actuation concepts,
advanced materials and other technologies that are integral to the proposed the VTOL XPlane technology demonstrator.
13

DARPA BAA-13-19

Develop and refine the design and performance of the VTOL X-Plane demonstrator for
evaluation at the CoDR that will be held 6 months after award. The CoDR will also serve
as a gated progression into Phase IB.
Conduct an SDR to define the necessary system architecture and refine the technical
approach to analyze, develop, test and design the aircraft.
Identify and develop approaches to test and analyze critical technologies that address
plans for the detailed design and flight test phase.
Conduct refined risk reduction and technology development activities, including detailed
modeling, simulation and concept test and evaluation, to mature the design of the
demonstration VTOL X-Plane system.
Meet PDR requirements. PDR will be held at the conclusion of Phase I. All performance
capabilities must be firm with reasonable developmental paths forward.
Define detailed subsystem development plans for Phase II that include intermediate
performance objectives (milestone criteria) associated with the design, fabrication, test,
verification and qualification of the aircraft subsystems.
Define a detailed air vehicle integration program for Phase II that defines the concept of
assembly of the air vehicle.

Phase I exit criteria include:

Completed detailed conceptual designs, subsystem trades, prioritized risk assessments of


aircraft, and system technologies.
Completed detailed aircraft configuration designs, performance analyses, and
performance derivatives based on proposed technologies.
Deliver detailed preliminary design of the technology demonstrator with substantiating
analysis and test reports and documentation providing verification of the proposed
technologies and integrated systems.
Completed technology maturation efforts with clear identification of select concepts and
developmental approaches.
Detailed technology design, fabrication, test and aircraft integration plans for following
phase efforts.
Drawing packages, including interface definitions and systems integration with sufficient
detail to impress confidence in proceeding to detailed design.
Complete preliminary control system simulation, architecture and control laws.
Complete aircraft preliminary flight simulation modeling.
Results of Phase I activities demonstrate a clear path to achieving program performance
objectives described in Part 2.I.B of this BAA.
Deliver Phase I Final Technical Report.

Phase II/III Proposal


Two months prior to PDR, the Government will request proposals for Phases II and III.
Participation is optional and will be limited to Phase I prime contractors. Interested performers
will be required to submit their proposals at the time of PDR. The proposals will include very
detailed aircraft and system development plans, costs and schedules.

14

DARPA BAA-13-19
Submission of proposals for Phases II and III are optional and associated proposal preparation
costs will not be reimbursed under Phase I awards. The decision to continue the program into
Phases II and III is the prerogative of the Government and will be based upon availability of
funds and the determination that performers have made sufficient progress towards meeting
program performance objectives, maturing the required technologies and addressing risks.
Selection of a Phase II and III proposal will be based on evaluations using criteria to be specified
in the proposal request. Evaluation of performance during Phase I will also be considered in the
selection decision. Completion of all Phase I exit criteria is a pre-requisite for progressing to
Phases II and III.
Phase I Performance Reviews and Reporting Requirements
DARPA plans to hold formal (milestones) program reviews throughout Phase I, as listed in
Table 2. Other technical interchange and informal meetings may be agreed upon during contract
negotiations or at an appropriate time.
Review

Schedule

Location

Program Kick-off

Within 30 days of contract award

Performers location

Conceptual Design Review

6 months after contract award

Performers location

System Definition Review

10 months after contract award

Performers location

Preliminary Design Review

22 months after contract award

Performers location

Interim Progress Reviews

3 and 14 months after contract award

Performers location

Consolidated Monthly Report

Monthly

Electronic Communication

Table 2. Phase I Performance Reviews


1.2 Phase II: Detailed Design and System Integration (18 months)
The detailed design, development, testing, and verification of key enabling technologies for the
VTOL X-Plane will be performed during Phase II. All subsystems will be matured concurrently,
with critical design reviews held for individual systems to approve development. This will
include appropriate safety and qualification tests. The design of the aircraft structure will take
place simultaneously, and the subsystems will be integrated with the air vehicle as they are
readied and in accordance with established developmental plans.
Vehicle management and control concepts will be matured, and simulations will be developed to
evaluate and test the approaches, validate flight control hardware and software and analyze the
(predicted) characteristics of the flight vehicle. The air vehicle simulation will be used for pilot
training as well and will be progressively updated to reflect the evolving designs, initially using
15

DARPA BAA-13-19
empirical and predicted computational results and subsequently, during Phase III, based on flight
test observations and measurements.
A Final Design Review (FDR) will be held to review the entire phase of the program and to
confirm progress towards Test Readiness Review (TRR), by which time the complete air vehicle
will be available for Phase III.
In addition to the concurrent design, fabrication of systems and assembly of the aircraft, parts for
a second similar air vehicle will also be manufactured, assembly of which will be initiated
around the same time that an FDR is held for the first aircraft.
1.3 Phase III: Ground and Flight Testing (12 months)
Upon successful completion of the TRR in Phase II, the program will proceed to Phase III, at
which time the flight vehicle will enter the ground test phase. Ground testing will proceed in a
staged approach, including powered system checks, engine runs, evaluation of control systems,
checks for structural integrity, etc., along with any performance numbers that can be ascertained
prior to flight. Modifications will be incorporated and the aircraft readied for Safety of Flight
(SOF) Review. Upon SOF approval, the aircraft will proceed to first flight, which is scheduled
for 42-months after the start of Phase I. The envelope will be expanded gradually, with updates
to the flight simulation software based on flight test results. Specific performance data will be
gathered to establish the flight speed capabilities of the aircraft and to determine the
improvements in performance efficiencies. Explicit measurements of performance parameters
will be made to verify performance objectives of the VTOL X-Plane.
An anticipated preliminary flight test matrix is provided in Table 3, which defines the types of
measurements that are likely to be made to verify system performance. Such matrices will also
be used to help design the flight test cards during envelope expansion and data acquisition. The
table shown is for representation purposes only. Actual aircraft performance measurements will
likely necessitate significant instrumentation to include air speed data, ground speed information,
fuel flow rates, engine torque and RPM, power consumption (including ancillary systems), lift
system power, aircraft drag, ambient conditions, etc.
Upon completion of the DARPA flight test sequence, the technology demonstrators may be
made available to service entities or further tested in wind tunnel facilities. Ground and flighttesting will take place at a suitable test facility (to be determined).

16

DARPA BAA-13-19

Table 3. Sample Flight Test Approach


2. Program Milestone Description
The Government will evaluate performer progress against specific and well-defined milestones.
These will help ensure that appropriate technical progress is being made and that the program is
on schedule. The milestones also help to establish execution and procurement timelines for
planning purposes, and serve as measures of performance quality.
The following programmatic milestones have been established for the three phases of the
program:
2.1 Phase I Milestones
Phase IA: Conceptual Design Review: This review will support initial definition and
evaluation of the preferred air vehicle configuration and assess the key enabling technologies
necessary to meet the VTOL X-Plane performance objectives. CoDR will be used to assess
whether the designs are on track to meet the purview of the program. Aircraft design elements,
weights, dimensions, and configuration layouts all will be reviewed, along with projected
performance capabilities. CoDR for this program is expected to be more detailed than typical
conceptual reviews, and it is anticipated that higher order design methodologies will be used to
support the efforts performed. Technology maturation plans for the second segment of Phase I
efforts will also be described. Efforts unlikely to meet programmatic objectives may be
discontinued at DARPAs discretion.
Phase IB: System Definition Review: Performers will demonstrate their understanding of how
the subsystems will interact and how they will be integrated to meet the aircraft performance
specifications. Detailed updates to aircraft performance and configurations will be defined. All
propulsion concepts and related information will be acquired and integrated into the performance
representation. A complete understanding of how the technologies will be developed and
integrated will be demonstrated. Preliminary functional and physical interface documents will be
completed. Initial control systems concepts will be defined.

17

DARPA BAA-13-19
Phase IB: Preliminary Design Review: PDR will demonstrate that the preliminary design
meets all system requirements with acceptable risk and within the cost and schedule constraints
of the program. Results of smaller subscale tests of key technologies will be completed and
analyzed. Results using more sophisticated/higher-order computational methods will be applied
to define and evaluate the subsystems, and all sizing studies and technology trade analyses will
be completed and data presented for discussion. The PDR will assess technical and
programmatic products using results from simulations and component testing. PDR will establish
the basis for proceeding with the subsequent detailed design phase of the program. It will justify
the selection of the design options and demonstrate that all system interfaces have been
identified, and the paths for design, fabrication and verification to be performed during Phase II
are appropriately defined.
2.2 Phase II Milestones
Subsystem Critical Design Reviews: The development of key critical technologies for the
VTOL X-Plane program will be executed as concurrent design efforts, focused on timely design,
development, fabrication and verification for integration onto the aircraft. The technical risks and
interdependencies between these efforts will be prioritized prior to any sequencing of work to be
performed, but each will be executed on its own review and development cycles to meet program
objectives. Each will therefore, have its own CDR.
Final Design Review: The FDR is a system-level review to evaluate overall program execution
and the state of readiness of the first air vehicle prior to Phase III. Production of the second air
vehicle will be initiated at this time.
Test Readiness Review: Final review of the assembled aircraft prior to proceeding to Phase III.
A complete debrief of all performance attributes, system functioning, control checkout and test
protocols will be provided. Pilot training will be complete. Design loads will be confirmed for
airworthiness and flight test envelopes will be defined. Test facility, equipment, and support
personnel requirements will be complete, and test procedures properly defined. Test facilities
will be confirmed and scheduled, and flight test instrumentation and data acquisition will be
ready.
2.3 Phase III Milestones
Safety of Flight Review: SOF review will take place at the completion of ground testing of the
aircraft. The review will be the formal approval from the oversight agency authorizing flight
test.
First Flight: Time at which the VTOL X-Plane Air Vehicle 1 is flown for the first time.
Flight Envelope Validation: The final flight of Air Vehicle 1 to demonstrate the achievement of
the overall program goals. There may be additional tests after this point, but the VTOL X-Plane
performance objectives will have been validated and confirmed.

18

DARPA BAA-13-19
II.

Award Information

The total planned budget for award is on the order of $130M. The total award planned for
Phase I is $47M. Multiple Phase I awards are anticipated as a result of this BAA, but will
depend upon the quality of the proposals received and the availability of funds.
Proposal responses to both Phase IA (base) and Phase IB (option) of this effort are expected to
be highly detailed, complete and accurate in all aspects. Proposals should be based on concepts
that are well defined, detailed and include initial substantiation and justification of technologies.
A preliminary statement of work (SOW), schedule and program cost for Phases II and III are
also required, although it is understood that these will be anticipated and preliminary in quality.
Detailed guidelines for proposals for the latter phases will be available towards the end of
Phase I.
The Government reserves the right to select for negotiation all, some, one, or none of the
proposals received in response to this solicitation, and to make awards without discussions with
proposers. The Government also reserves the right to conduct discussions if it is later determined
to be necessary. If warranted, portions of resulting awards may be segregated into pre-priced
options. Additionally, DARPA reserves the right to accept proposals in their entirety or to select
only portions of proposals for award. In the event that DARPA desires to award only portions of
a proposal, negotiations may be opened with that proposer. Proposers are encouraged, therefore,
to provide clear and well-defined statements of work with associated costs to facilitate selection
processes. The Government reserves the right to fund proposals in phases with options for
continued work at the end of one or more of the phases.
The Government intends to use this BAA to only fund Phase I. A Phase II/III solicitation will be
issued during Phase I, at which point interested Phase I performers will be invited to submit
proposals. Only one performer is expected to be selected to proceed. Adjustments to teaming
relationships may be accommodated; however, only prime contractors from Phase I will be
eligible to bid.
Awards under this BAA will be made to proposers on the basis of the evaluation criteria listed
below (see section labeled Application Review Information, Section V), and program balance
to provide overall value to the Government. Proposals identified for negotiation may result in a
procurement contract or other transaction, depending upon the nature of the work proposed, the
required degree of interaction between parties, and other factors. The Government reserves the
right to request any additional, necessary documentation once it makes the award instrument
determination. Such additional information may include but is not limited to Representations and
Certifications. The Government reserves the right to remove proposers from award consideration
should the parties fail to reach agreement on award terms, conditions and cost/price within a
reasonable time, or the proposer fails to provide requested additional information in a timely
manner.
As of the date of publication of this BAA, DARPA expects that program goals for this BAA
cannot be met by proposers intending to perform fundamental research, i.e., basic and applied
research in science and engineering, the results of which ordinarily are published and shared
19

DARPA BAA-13-19
broadly within the scientific community, as distinguished from proprietary research and from
industrial development, design, production, and product utilization the results of which ordinarily
are restricted for proprietary or national security reasons. Therefore, DARPA anticipates
restrictions on the resultant research. Notwithstanding this statement of expectation, DARPA
recognizes that proposed research solutions could be of either a fundamental or restricted nature.
Proposers should indicate in their proposal whether they believe the nature of the research
included in their proposal is fundamental or restricted, with the understanding that in all cases,
the contracting officer shall have sole discretion to select award instrument type and to negotiate
all instrument provisions with selectees. See Section VI.B.4 for further information on
fundamental, non-fundamental and restricted research.
III. Eligibility Information
A. Eligible Applicants
All responsible sources capable of satisfying the Government's needs may submit a proposal that
shall be considered by DARPA. Historically Black Colleges and Universities (HBCUs), Small
Businesses, Small Disadvantaged Businesses and Minority Institutions (MIs) are encouraged to
submit proposals and join others in submitting proposals; however, no portion of this
announcement will be set aside for these organizations participation due to the impracticality of
reserving discrete or severable areas of this research for exclusive competition among these
entities.
Federally Funded Research and Development Centers (FFRDCs) and Government entities
(Government/National laboratories, military educational institutions, etc.) are subject to
applicable direct competition limitations and cannot propose to this BAA in any capacity unless
they address the following conditions. FFRDCs must clearly demonstrate that the proposed work
is not otherwise available from the private sector AND must also provide a letter on letterhead
from their sponsoring organization citing the specific authority establishing their eligibility to
propose to government solicitations and compete with industry, and compliance with the
associated FFRDC sponsor agreement and terms and conditions. This information is required for
FFRDCs proposing to be prime or subcontractors. Government entities must clearly demonstrate
that the work is not otherwise available from the private sector and provide written
documentation citing the specific statutory authority (as well as, where relevant, contractual
authority) establishing their ability to propose to Government solicitations. At the present time,
DARPA does not consider 15 U.S.C. 3710a to be sufficient legal authority to show eligibility.
While 10 U.S.C. 2539b may be the appropriate statutory starting point for some entities, specific
supporting regulatory guidance, together with evidence of agency approval, will still be required
to fully establish eligibility. DARPA will consider eligibility submissions on a case-by-case
basis; however, the burden to prove eligibility for all team members rests solely with the
Proposer.

20

DARPA BAA-13-19
B. Procurement Integrity, Standards of Conduct, Ethical
Considerations, and Organizational Conflicts of Interest
Current federal employees are prohibited from participating in particular matters involving
conflicting financial, employment, and representational interests (18 USC 203, 205, and 208).
The DARPA Program Manager for this BAA is Dr. Ashish Bagai. Once the proposals have been
received, and prior to the start of proposal evaluations, the Government will assess potential
conflicts of interest and will promptly notify the Proposer if any appear to exist. (Please note, the
Government assessment does NOT affect, offset, or mitigate the Proposers own duty to give full
notice and planned mitigation for all potential organizational conflicts, as discussed below.)
Without prior approval or a waiver from the DARPA Director, in accordance with FAR 9.503, a
Contractor cannot simultaneously provide scientific, engineering, technical assistance (SETA) or
similar support and also be a technical performer. Therefore, all Proposers as well as proposed
subcontractors and consultants must affirm whether they (their organizations and individual team
members) are providing SETA or similar support to any DARPA technical office(s) through an
active contract or subcontract. All affirmations must state which office(s) the Proposer,
subcontractor, consultant, or individual supports and identify the prime contract number(s).
Affirmations shall be furnished at the time of proposal submission. All facts relevant to the
existence or potential existence of organizational conflicts of interest (FAR 9.5) must be
disclosed. The disclosure must include a description of the action the Proposer has taken or
proposes to take to avoid, neutralize, or mitigate such conflict. If in the sole opinion of the
Government after full consideration of the circumstances, a proposal fails to fully disclose
potential conflicts of interest and/or any identified conflict situation cannot be effectively
mitigated, the proposal will be rejected without technical evaluation and withdrawn from further
consideration for award.
If a prospective Proposer believes that any conflict of interest exists or may exist (whether
organizational or otherwise) or has questions on what constitutes a conflict of interest, the
Proposer should promptly raise the issue with DARPA by sending his/her contact information
and a summary of the potential conflict to the BAA mailbox, DARPA-BAA-13-19@darpa.mil,
before time and effort are expended in preparing a proposal and mitigation plan.
C. Cost Sharing/Matching
Cost sharing is not required for this particular program; however, cost sharing will be carefully
considered where there is an applicable statutory condition relating to the selected funding
instrument (e.g., for any Other Transactions under the authority of 10 U.S.C. 2371). Cost
sharing is encouraged where there is a reasonable probability of a potential commercial
application related to the proposed research and development effort.
D. Other Eligibility Criteria
Collaborative efforts/teaming are encouraged. Specific content, communications, networking,
and team formation are the sole responsibility of the participants; however, proposers are
encouraged to use the VTOL X-Plane proposers day as an opportunity to network.

21

DARPA BAA-13-19
IV. Application and Submission Information
A. Address to Request Application Package
This solicitation contains all information required to submit a proposal. No additional forms, kits,
or other materials are needed. This notice constitutes the total BAA. No additional information is
available, nor will a formal Request for Proposal (RFP) or additional solicitation regarding this
announcement be issued. Requests for same will be disregarded.
B. Content and Form of Application Submission
1. Security and Proprietary Issues
NOTE: If proposals are classified, the proposals must indicate the classification level of not
only the proposal itself, but also the anticipated award document classification level.
The Government anticipates proposals submitted under this BAA will be unclassified. However,
if a proposal is submitted as Classified National Security Information as defined by Executive
Order 13526 then the information must be marked and protected as though classified at the
appropriate classification level and then submitted to DARPA for a final classification
determination.
Security classification guidance via a DD Form 254, DoD Contract Security Classification
Specification, will not be provided at this time, since DARPA is soliciting ideas only. After
reviewing the incoming proposals, if a determination is made that the award instrument may
result in access to classified information, a DD Form 254 will be issued and attached as part of
the award.
Proposers choosing to submit a classified proposal from other classified sources must first
receive permission from the respective Original Classification Authority in order to use their
information in replying to this BAA. Applicable classification guide(s) should also be submitted
to ensure the proposal is protected at the appropriate classification level.
Classified submissions shall be appropriately and conspicuously marked with the proposed
classification level and declassification date. Submissions requiring DARPA to make a final
classification determination shall be marked as follows:
CLASSIFICATION DETERMINATION PENDING. Protect as though classified (insert
the recommended classification level: (e.g., Top Secret, Secret or Confidential)
Classified submissions shall be in accordance with the following guidance:
Confidential and Secret Collateral Information: Use classification and marking guidance
provided by previously issued security classification guides, the DoD Information Security
Manual (DoDM 5200.01, Volumes 1-4), and the National Industrial Security Program
Operating Manual (DoD 5220.22-M) when marking and transmitting information previously

22

DARPA BAA-13-19
classified by another Original Classification Authority. Classified information at the
Confidential and Secret level may be submitted via ONE of the two following methods:
1. Hand-carried by an appropriately cleared and authorized courier to the
DARPA classified document registry (CDR). Prior to traveling, the courier
shall contact the DARPA CDR at 703-526-4052 to coordinate arrival and
delivery.
OR
2. Mailed via appropriate U.S. Postal Service methods (e.g., (USPS)
Registered Mail or USPS Express Mail). All classified information will be
enclosed in opaque inner and outer covers and double wrapped. The inner
envelope shall be sealed and plainly marked with the assigned
classification and addresses of both sender and addressee.
The inner envelope shall be addressed to:
ATTN: DARPA/TTO
Reference: DARPA-BAA-13-19
675 North Randolph Street
Arlington, VA 22203-2114
The outer envelope shall be sealed with no identification as to the classification of its contents
and addressed to:
Defense Advanced Research Projects Agency
Security & Intelligence Directorate, Attn: CDR
675 North Randolph Street
Arlington, VA 22203-2114

All Top Secret materials: Top Secret information should be hand carried by an appropriately
cleared and authorized courier to the DARPA CDR. Prior to traveling, the courier shall contact
the DARPA CDR at 703-526-4052 to coordinate arrival and delivery.
Special Access Program (SAP) Information: SAP information must be transmitted via
approved methods. Prior to transmitting SAP information, contact the DARPA SAPCO at 703526-4052 for instructions.
Sensitive Compartmented Information (SCI): SCI must be transmitted via approved
methods. Prior to transmitting SCI, contact the DARPA Special Security Office (SSO) at 703526-4052 for instructions.
Proprietary Data: All proposals containing proprietary data should have the cover page and
each page containing proprietary data clearly marked as containing proprietary data. It is the
Proposers responsibility to clearly define to the Government what is considered proprietary
data.
23

DARPA BAA-13-19

Proposers must have existing and in-place prior to execution of an award, approved capabilities
(personnel and facilities) to perform research and development at the classification level they
propose. It is the policy of DARPA to treat all proposals as competitive information, and to
disclose their contents only for the purpose of evaluation. Proposals will not be returned. An
electronic copy of each proposal received will be retained at DARPA and all other nonrequired copies destroyed. A certification of destruction may be requested, provided the formal
request is received at this office within 5 days after notification of non-selection.
2. Proposal Submission Information
Proposers are required to submit full proposals by the time and date specified in the BAA in
order to be considered during the initial round of selections. DARPA may evaluate proposals
received after this date for a period up to six months from date of posting on FedBizOpps.
Ability to review late submissions remains contingent on availability of funds.
The typical proposal should express a consolidated effort in support of one or more related
technical concepts or ideas. Disjointed efforts should not be included into a single proposal.
Restrictive notices notwithstanding, proposals may be handled, for administrative purposes only,
by a support contractor. This support contractor is prohibited from competition in DARPA
technical research and is bound by appropriate nondisclosure requirements. Proposals may not be
submitted by fax or email; any so sent will be disregarded.
Proposals not meeting the format described in the BAA may not be reviewed.
DARPA intends to use electronic mail correspondence regarding BAA-13-19. All administrative
correspondence and questions on this solicitation, including requests for information on how to
submit a proposal to this BAA, should be sent via email to DARPA-BAA-13-19@darpa.mil.
Proposals may not be submitted by fax or email; any so sent will be disregarded. DARPA
encourages use of the Internet for retrieving the BAA and any other related information that may
subsequently be provided.
3. Proposal Format
The proposal shall be delivered in two volumes, Volume I, Technical, and Volume II, Cost.
Proposals not meeting the format described in this BAA may not be reviewed.
The proposal shall include the following sections, each starting on a new page (where a "page" is
8-1/2 by 11 inches with type not smaller than 12 point, margins not smaller than 1 inch, and line
spacing not smaller than single-spaced; charts may use 10 point font). Times New Roman font is
desired. Fold-outs up to 11 by 17 inches may be used but will be counted as two pages. All
submissions must be in English. Individual elements of the proposal shall not exceed the total of
the maximum page lengths for each section as shown in braces { } below.
Ensure that each section provides the detailed discussion of the proposed work necessary to
enable an in-depth review of the specific technical and managerial issues. Specific attention must
24

DARPA BAA-13-19
be given to addressing both risk and payoff of the proposed work that make it desirable to
DARPA.

Volume 1:
Proposal Part 1. Administrative
1.1 Cover Sheet {no page limit}

BAA number;
Technical area(s);
Lead organization submitting proposal;
Type of business, selected among the following categories:
o WOMEN-OWNED LARGE BUSINESS,
o OTHER LARGE BUSINESS,
o SMALL DISADVANTAGED BUSINESS [identify ethnic group from among the
following: Asian-Indian American, Asian-Pacific American, Black American,
Hispanic American, Native American, or Other],
o WOMEN-OWNED SMALL BUSINESS,
o OTHER SMALL BUSINESS,
o HBCU,
o MI,
o OTHER EDUCATIONAL,
o OTHER NONPROFIT, OR
o FOREIGN CONCERN/ENTITY;
All other team members (if applicable and including second- and lower-tier
subcontractors) and type of business for each;
Proposal title;
Technical point of contact to include: salutation, last name, first name, street address,
city, state, zip code, telephone, fax, and electronic mail;
Administrative point of contact to include: salutation, last name, first name, street
address, city, state, zip code, telephone, fax, and electronic mail;
Award instrument requested: cost-plus-fixed-free (CPFF), cost-contractno fee, cost
sharing contract no fee, or other type of procurement contract (specify), or other
transaction;
Place(s) and period(s) of performance;
Summary of the costs of the proposed research, including total base cost, estimates of
base cost in each year of the effort, estimates of itemized options in each year of the
effort, and cost sharing if relevant;
Name, address, and telephone number of the proposers cognizant Defense Contract
Management Agency (DCMA) administration office (if known);
Name, address, and telephone number of the proposers cognizant Defense Contract
Audit Agency (DCAA) audit office (if known);
25

DARPA BAA-13-19

Date proposal was prepared;


DUNS number;
TIN number;
Cage Code;
Proposal validity period (minimum 180 days).

1.2 Table of Contents, List of Figures, List of Tables {no page limit}
1.3 Organizational Conflict of Interest Affirmations and Disclosure {no page limit}
Per the instructions in Section III.A above, if the proposer or any proposed subcontractor IS
providing SETA support, as described, to any DARPA technical office(s) through an active
contract or subcontract (regardless of which DARPA technical office is being supported), they
must provide documentation: (1) stating which office(s) the proposer, subcontractor and/or
individual supports; (2) identify the prime contract numbers; AND (3) include a description of
the action the proposer has taken or proposes to take to avoid, neutralize, or mitigate the conflict.
If the proposer or any proposed subcontractor IS NOT currently providing SETA support as
described, then the proposer should simply state NONE.
Proposals that fail to fully disclose potential conflicts of interests or do not have acceptable
plans to mitigate identified conflicts will be rejected without technical evaluation and
withdrawn from further consideration for award.
1.4 Human Use {no page limit}
For all proposed research that will involve human subjects in the first year or phase of the
project, the institution must provide evidence of or a plan for review by an Institutional Review
Board (IRB) upon final proposal submission to DARPA. For further information on this subject,
see Section VI.B.2 below. If human use is not a factor in a proposal, then the proposer should
state NONE.
1.5 Animal Use {no page limit}
For submissions containing animal use, proposals must briefly describe plans for Institutional
Animal Care and Use Committee (IACUC) review and approval. For further information on this
subject, see Section VI.B.3 below. If animal use is not a factor in a proposal, then the proposer
should state NONE.
1.6 Statement of Unique Capability Provided by Government or Government-Funded
Team Member {no page limit}
Per Section III.A. Eligible Applicants, proposals which include Government or Governmentfunded entities (i.e., FFRDCs, National laboratories, etc.) as prime, subcontractor or team
member, shall provide a statement which clearly demonstrates the work being provided by the
Government or Government-funded entity team member is not otherwise available from the
private sector. If none of the team members belongs to a Government or Government-funded
entity, then the proposer should state Not Applicable.
26

DARPA BAA-13-19
1.7 Government or Government-funded Team Member Eligibility {no page limit}
Per Section III.A. Eligible Applicants, proposals which include Government or Governmentfunded entities (i.e., FFRDCs, National laboratories, etc.) as prime, subcontractor or team
member shall provide documentation citing the specific authority which establishes they are
eligible to propose to Government solicitations: (1) statutory authority; (2) contractual authority;
(3) supporting regulatory guidance; AND (4) evidence of agency approval. If no such entities are
involved, then the proposer should state NONE.
Proposal Part 2. Executive Summary {6}
This section should provide a terse overview of the proposed VTOL X-Plane, including a
summary of the design, innovative claims, and technical approach.
A. Vehicle Graphic: A single-page figure or diagram showing the layout of the proposed
vehicle, highlighting key technologies and design features, e.g., isometric, cut-away, or
three-view drawing with labels.
B. Innovative Claims: Succinctly describe the uniqueness of the configuration and benefits
of the VTOL X-Plane design compared to the SOA and how it will meet the performance
goals given in Part 2, Section I.B. Provide a basic description of the platform and key,
novel, unique and enabling technologies, along with a description of the scientific and
technical basis of effectiveness. Provide a table of the proposed vehicles estimated
performance capabilities against the performance objectives listed in Section I.B of Part 2
of this BAA.
C. Cost/Schedule/Team: Top level cost and schedule for the proposed research and
development, including estimates of cost for each Phase of the effort delineated by the
prime and major subcontractors, total cost and company cost share, if applicable.
Note: The Executive Summary should not have any unique information not contained in
the Detailed Proposal Information.
Proposal Part 3. Technical Details
3.1 Work Breakdown Structure (WBS) {no page limit}
A WBS shall be provided as part of the Phase I proposal to provide a common structure and
numbering system that ties all program elements together. This numbering system will integrate
the SOWs, integrated master schedule (IMS) and Cost Proposal. Proposers should reference the
guidance MIL-HDBK-881A (30 Jul 2005) Department of Defense Handbook, Work Breakdown
Structures for Defense Material Items for any questions regarding WBS structure and formatting.
The proposed WBS, SOW, IMS and Cost Proposal must be consistent at all levels and defined to
at least WBS Level 3.

27

DARPA BAA-13-19
3.2 Organization Chart {2}
A clearly defined organization chart for the program team which includes, as applicable: (1) the
programmatic relationship between organizations, (2) the unique capabilities of each
organization and (3) the functional areas of responsibility of each organization.
3.3 Innovative Claims for the Proposed Research {30}
This section is the technical centerpiece of the proposal and should focus on the proposed VTOL
X-Plane demonstration vehicle. This section is not meant for defining the program or
management approach but should specifically focus on all design characteristics of the VTOL XPlane vehicle including enabling technologies, physical configuration, performance
characteristics, etc., in detail. Technology and performance claims should be substantiated and
justified in the most thorough manner possible using test data, computed results, simulations, and
other relevant sources (including professional literature). The use of figures and charts is
encouraged, but they must be relevant and referred to in the text of the proposal.
Specifically, this section should include:

VTOL X-Plane Air Vehicle Design: The proposers shall provide a description of their
VTOL X-Plane concept. This will serve as the initial design in Phase I that will be
progressively matured. This starting baseline should demonstrate the approach the
proposers intend to pursue to address the program goals, vehicle performance objectives,
and associated technical challenges. The design should be substantiated using analyses
and/or empirical justification. All technology enablers, assumptions, contributions to
performance, and areas of innovation should be highlighted and described.

Descriptions of Platform Design Specifications and Identified Technology Enablers:


The proposer should define the platform in sufficient detail with a description of the
platform specific performance benefits. A baseline size, weight and power (SWAP)
analysis of the platform and all identified technology enablers should be performed at the
system level. Performance improvements enabled by the proposed technologies should
be quantified as performance derivatives. The level of maturity of all key system enablers
should be presented.

Expected Performance Characteristics: The proposer shall define their vehicles


expected performance objectives against those listed in Part 2, Section I.B of the BAA
and the flight profile described in Table 1. Provide the following data at a minimum:

3-view drawings with dimensions and key sizing parameters


Weight statements per SAWE RP8A
Power required versus speed
All engine performance parameters including fuel burn per flight segment
Speeds for best endurance, maximum range and maximum sustained
System lift-to-drag versus speed curves
Payload-range curves
28

DARPA BAA-13-19

Weight, altitude, temperature hover charts


Hover and cruise ceilings
Capabilities at hot and high conditions (6K ft, 95 deg. F)
Best flight altitudes
Any additional performance capabilities that exemplify the performance of the
proposed concepts

Design Considerations Relevant to Technology Transition


In addition to the performance objectives referenced in this BAA, consideration may be paid to
design attributes relevant to objective concepts pertinent to future operational opportunities such
as those listed below:

Aircraft Size/Dimensions: Compatibility with air transportation and shipboard operations.


Payload: The configuration and volumetric assignments for the operational (objective)
aircraft must be designed for human occupancy (the payload cannot be divided into more
than two separate, roughly equal volumes).
Downwash: It is anticipated that designs may warrant higher disk loadings compared to
contemporary large rotor systems. The upper permissible limit for effective disk loading
is 120 lb/ft2. However, the downwash footprint should be designed, controlled or shaped
to permit safe human operation below the aircraft, including the ability to egress the
aircraft while in hover. This includes considerations of the velocity, thermal and acoustic
fields in operating zones below/in the immediate vicinity of the aircraft. Downwash
impact for the specific design must be discussed, along with any inherent configuration
advantages/disadvantages and technologies for downwash manipulation
developed/applied to create quiescent zones and/or to address debris entrainment or
degraded visual environment concerns.
Transitional Flight: Control and power requirements during transitional flight should be
computed and addressed specifically. The aircraft must be designed to operate
continuously throughout its transition flight corridor.
Control Systems: Air vehicle designs may include multiple control approaches (variable
thrust, vectoring, control surfaces, non-aerodynamic moment generators, etc.) that can be
used in mixed combinations and in different ways. Additionally, thrust augmentation or
repurposing may be employed to supplement lift while hovering under extreme
conditions. The design of the control architecture should address such concepts and
exploit them to enhance the performance, handling qualities, maneuverability, and agility
of the aircraft throughout its flight envelope, including sustained flight within the
transition corridor.
Vibratory loads and acoustic signatures not exceeding existing best-in-class levels for
VTOL aircraft.

The proposal may include additional relevant considerations not explicitly written in this BAA,
which could be beneficial in future technology transition.

29

DARPA BAA-13-19
3.4 Technical Approach {25}
This section includes detailed descriptions of the proposed program execution approach.
Specifically, this section should address:

Overall program technical plan, including the preliminary risk reduction and, if
appropriate, experimentation approach. Cost, schedule and measurable milestones for the
proposed research, including estimates of cost for each task in each year of the effort
delineated by the prime and major subcontractors, total cost and company cost share, if
applicable. (Note: Measurable milestones should capture key development points in
tasks and should be clearly articulated and defined in time relative to start of effort.)
Baseline technology maturation plan (TMP), risk analysis: The proposer should submit a
baseline TMP outlining the technical path from program award through flight
demonstration. The TMP should contain a risk register of the identified technical risks as
well as a top-level analysis of which may be the most critical.
Phase I SOW and IMS: In plain English, clearly define the technical tasks/subtasks to be
performed, their durations, and dependencies among them. For each task/subtask,
provide:
A description of the objectives for each defined Phase I task/activity;
A detailed description of the approach to be taken to accomplish each defined
Phase I task/activity;
Identification of the primary organization responsible for task execution (prime,
sub, team member, by name, etc.);
The completion criteria for each Phase I task/activity a product, event or
milestone that defines its completion.
Define all deliverables (reports, data, software, hardware, prototypes, etc.) to be
provided to the Government in support of the proposed research tasks/activities.
Include expected delivery date for each deliverable.
The Phase I IMS should provide a detailed integrated schedule of all Phase I
activities with the critical path identified.
Additional technology areas of innovation: Proposers should use this section to detail any
areas of innovation, or significant proposal benefits that have not yet been addressed.
Phase II and Phase III program plans: The proposer should include top-level plans and
schedules for Phase II and Phase III based on the initial proposed TMP and the general
guidelines given in this document. The Phase II and Phase III program plans should
include cost estimates for each phase to assist the Government in assessing resource
requirements for future phases. It is highly desirable for the proposer to submit as
detailed as possible cost information for Phases II and III. Proposers are not required to
follow the exact Phase II and III plans; however an understanding of the necessary tasks
and timing must be demonstrated.
Brief description of flight test plan including description of tests to substantiate
performance objectives, possible flight test facilities and airworthiness certification.

Do not include any proprietary information in the SOW or include any markings placing
limitations on distributions on the pages containing the SOW.

30

DARPA BAA-13-19
3.5 Intellectual Property {No Page Limit}
Proposers responding to this BAA must submit a separate list of all technical data or computer
software that will be furnished to the Government with other than unlimited rights. The
Government will assume unlimited rights if proposers fail to identify any intellectual property
restrictions in their proposals. Include in this section all proprietary claims to results, prototypes,
deliverables or systems supporting and/or necessary for the use of the research, results,
prototypes and/or deliverables. If no restrictions are intended, then the proposer should state
NONE. See also Section VIII.
3.6 Management Plan {10}
Describe formal teaming agreements that are required to execute this program and a concise
synopsis of all key personnel. Justify the size and composition of the proposed teams, and that
they are adequate and capable of meeting the program objectives. Highlight any anticipated
changes in teaming arrangements and organizational structures for subsequent phases. Provide
detailed task descriptions, costs, and interdependencies for each individual effort and/or
subcontractor. To the extent that graduate students and post-doctoral candidates are involved in
individual efforts, describe their role and contribution. The proposer should describe the
management process that will be utilized during the program, including descriptions of how the
teams will interact and share technical and financial information internally and with the
Government. This section should include explanations of the critical milestones, such as CoDR
and PDR. The proposer should address facilities available across the team, including a
description of any unique facilities necessary for execution of the proposed effort. The proposer
should demonstrate the teams capability to perform all phases of the VTOL X-Plane program.
The team leadership must have the maturity, experience and wisdom to support a program of this
caliber. Program Managers, Chief Engineers and lead personnel in all key disciplines should be
identified, including Integrated Product Team (IPT) leads. The number of hours committed for
each of these key personnel in Phase I should be provided. It is understood that the structure of
the program team will evolve as the program matures, and a discussion of the proposed areas of
expertise required for each Phase of the program and corresponding personnel must be provided.
3.7 Potential Contribution to the DARPA Mission and Technology Transition
Approach {5}
The potential contributions of the proposed effort with relevance to the national technology base
will be evaluated. Specifically, DARPA's mission is to maintain the technological superiority of
the U.S. military and prevent technological surprise from harming our national security by
sponsoring revolutionary, high-payoff research that bridges the gap between fundamental
discoveries and their military application. Proposers are encouraged to show traceability of those
elements of their proposed system that will directly benefit the Services upon successful
completion of a demonstration. It is incumbent on the proposer to specify a projection of how
their technology would assist future combatants to accomplish various military objectives. The
proposer is encouraged to describe additional uses and applications of the demonstrated VTOL
X-Plane technology. Other factors of the design that influence military utility should also be
addressed in this section.

31

DARPA BAA-13-19
3.8 Related Past Performance {3}
Proposers should chronologically detail relevant past performance in air vehicle demonstrator
design, assembly, integration and test. Highly successful products and processes should be
outlined, as well as significant lessons learned.
Proposal Part 4. Additional Information
Proposals should be self-contained and include all relevant information required to review the
research efforts. Bibliographies and research notes that document the basis of key technologies
proposed may be included as appropriate, along with copies of relevant papers, test reports or
other supporting information. These should be submitted as an addendum and will not be
counted towards the page limit, or in evaluation of the proposal.

Volume 2:
Proposal Part 5. Cost
For proposers without a DCAA-approved cost accounting system who are proposing
negotiation of a cost-type contract, SF 1408 must be completed and submitted with your
proposal in order for your submission to be deemed conforming to this solicitation. The SF 1408
form can be found at https://www.acquisition.gov/far/html/FormsStandard41.html. Note that
nonconforming proposals may be rejected without review.
5.1 Detailed Cost Breakdown {no page limit}
Provide: (1) total program cost broken down by major cost items (direct labor, including labor
categories; subcontracts; materials; other direct costs, overhead charges, etc.) and further broken
down by task and phase; (the Government recommends including MS Excel file(s) that provide
traceability between the Basis of Estimates (BOEs) and the proposed costs across all elements
and phases); (2) major program tasks by fiscal year; (3) an itemization of major subcontracts and
equipment purchases; (4) an itemization of any information technology (IT) purchase 1; (5) a
summary of projected funding requirements by month; (6) the source, nature, and amount of any
1

IT is defined as any equipment, or interconnected system(s) or subsystem(s) of equipment that is used in the
automatic acquisition, storage, manipulation, management, movement, control, display, switching, interchange,
transmission, or reception of data or information by the agency. (a) For purposes of this definition, equipment is
used by an agency if the equipment is used by the agency directly or is used by a contractor under a contract with the
agency which (1) Requires the use of such equipment; or (2) Requires the use, to a significant extent, or such
equipment in the performance of a service or the furnishing of a product. (b) The term information technology
includes computers, ancillary, software, firmware and similar procedures, services (including support services), and
related resources. (c) The term information technology does not include (1) Any equipment that is acquired by a
contractor incidental to a contract; or (2) Any equipment that contains imbedded information technology that is used
as an integral part of the product, but the principal function of which is not the acquisition, storage, manipulation,
management, movement, control, display, switching, interchange, transmission, or reception of data or information.
For example, HVAC (heating, ventilation, and air conditioning) equipment such as thermostats or temperature
control devices, and medical equipment where information technology is integral to its operation, is not information
technology.

32

DARPA BAA-13-19
industry cost-sharing; (7) identification of pricing assumptions of which may require
incorporation into the resulting award instrument (e.g., use of Government Furnished
Property/Facilities/Information, access to Government Subject Matter Experts, etc.); and (8)
provide appropriate cost or price analyses of subcontractor proposals, IAW FAR 15.404-3, to
establish the reasonableness of proposed subcontract prices.
The prime contractor is responsible for compiling and providing all subcontractor proposals for
the Procuring Contracting Officer (PCO). Subcontractor proposals should include Interdivisional
Work Transfer Agreements (ITWA) or similar arrangements. Where the effort consists of
multiple portions which could reasonably be partitioned for purposes of funding, these should be
identified as options with separate cost estimates for each. NOTE: for IT and equipment
purchases, include a letter stating why the proposer cannot provide the requested resources from
its own funding.
Provide supporting cost and pricing information in sufficient detail to substantiate the summary
cost estimates above. Include a description of the method used to estimate costs and supporting
documentation. Note: cost or pricing data as defined in FAR Subpart 15.4 shall be required if
the proposer is seeking a procurement contract award of $700,000 or greater unless the proposer
requests an exception from the requirement to submit cost or pricing data. Cost or pricing data
are not required if the proposer proposes an award instrument other than a procurement contract
(e.g., other transaction). All proprietary subcontractor proposal documentation, prepared at the
same level of detail as that required of the prime, shall be provided to the Government either by
the prime contractor or by the subcontractor organization when the proposal is submitted.
Subcontractor proposals submitted to the Government by the prime contractor should be
submitted in a sealed envelope that the prime contractor will not be allowed to view. The
subcontractor must provide the same number of hard copies and/or electronic proposals as is
required of the prime contractor.
NOTE: PROPOSERS ARE CAUTIONED THAT PROPOSALS MAY BE REJECTED IF
SUBMITTAL INSTRUCTIONS ARE NOT FOLLOWED.
The Government may award either a Federal Acquisition Regulation (FAR) based contract or an
Other Transaction Authority for Prototypes (OTA) agreement for prototype system development
proposals. Proposers interested in receiving an OTA and where cost share is required are asked
to submit proposal responses that accommodate both options. The government must be able to
determine that the amount of the agreement is fair and reasonable and determine the final type of
award to negotiate. Without complete cost volumes, it may not be possible to thoroughly
understand what is being offered. For information on 845 Other Transaction Authority for
Prototypes (OTA) agreements, refer to
http://www.darpa.mil/Opportunities/Contract_Management/Other_Transactions_and_
Technology_Investment_Agreements.aspx.
All proposers requesting an 845 Other Transaction Authority for Prototypes (OTA) agreement
must include a detailed list of milestones. Each such milestone must include the following:
milestone description, completion criteria, due date, payment/funding schedule (to include, if
cost share is proposed, contractor and Government share amounts). It is noted that, at a
33

DARPA BAA-13-19
minimum, such milestones should relate directly to accomplishment of program technical
metrics as defined in the BAA and/or the proposers proposal. Agreement type, fixed price or
expenditure based, will be subject to negotiation by the Agreements Officer; however, it is noted
that the Government prefers use of fixed price milestones with a payment/funding schedule to
the maximum extent possible. Do not include proprietary data. If the proposer requests award of
an 845 OTA agreement as a nontraditional defense contractor, as so defined in the OSD guide
entitled Other Transactions (OT) Guide For Prototype Projects dated January 2001 (as
amended) (http://www.acq.osd.mil/dpap/Docs/otguide.doc), information must be included in the
cost proposal to support the claim. Additionally, if the proposer requests award of an 845 OTA
agreement, without the required one-third (1/3) cost share, information must be included in the
cost proposal supporting that there is at least one non-traditional defense contractor participating
to a significant extent in the proposed prototype project.
4. Proposal Submission Deadline and Instructions
Proposers should submit two (2) hard copies of their proposal and two (2) CD-ROMs containing
the entire proposal as a single Adobe PDF file to the following address:
DARPA/TTO
ATTN: BAA 13-19
675 North Randolph Street
Arlington, VA 22203-2114
No emailed or faxed proposals will be accepted. The initial deadline for proposal submissions is
4:00 PM Eastern Daylight Time on May 1, 2013. The closing date for this BAA is 4:00pm
Eastern Time on August 31, 2013. The dates and times indicated are deadlines by which
proposals must be received by DARPA.
Proposers are required to submit proposals by the time and date specified in the BAA 4:00 PM
Eastern Daylight Time on May 1, 2013 in order to be considered during the initial round of
selections. DARPA may evaluate proposals received after this date for a period up to up to six
months (180 days) from date of posting on FedBizOpps. Ability to review late submissions
remains contingent on availability of funds. Proposers are warned that the likelihood of funding
is greatly reduced for proposals submitted after the initial closing date deadline.
DARPA will acknowledge receipt of complete submissions via email and assign control numbers
that should be used in all further correspondence regarding proposals.
DARPA will post a consolidated Question and Answer response after March 21, 2013, before
final full proposals are due. In order to receive a response to your question, submit your question
by March 21, 2013 to DARPA-BAA-13-19@darpa.mil.
NOTE: PROPOSERS ARE CAUTIONED THAT FAILURE TO COMPLY WITH THE
SUBMISSION PROCEDURES MAY RESULT IN REJECTION OF THE PROPOSAL.

34

DARPA BAA-13-19
5. Funding Restrictions
Not applicable
V. Application Review Information
A. Evaluation Criteria
Proposals will be evaluated using the following criteria, listed in descending order of importance:
(a) Overall Scientific and Technical Merit; (b) Potential Contribution and Relevance to the
DARPA Mission; (c) Cost Realism; (d) Proposed Schedule and Schedule Realism; and (e)
Proposers Capabilities and/or Related Experience
(a) Overall Scientific and Technical Merit
The proposed technical approach is innovative, feasible, achievable, complete, and supported by
a proposed technical team that has the expertise and experience to accomplish the proposed
tasks. The proposals will be evaluated on the applicability of the proposed technologies to meet
the defined performance objectives, and configuration and design considerations. Additional
performance capabilities will be evaluated based on their perceived level of benefit. Innovations
that emphasize elegant design, multi-purpose aerodynamic features and significant advances in
the state of the art are strongly encouraged. Sufficient data and detail must be provided to instill
confidence in the final outcome of the program. The proposals must identify all major technical
risks and mitigation efforts and alternative approaches where applicable.
(b) Potential Contribution and Relevance to the DARPA Mission
The potential contributions of the proposed effort with relevance to the national technology base
will be evaluated. Specifically, DARPAs mission is to maintain the technological superiority of
the U.S. military and prevent technological surprise from harming our national security by
sponsoring revolutionary, high-payoff research that bridges the gap between fundamental
discoveries and their application. The proposer will be evaluated on their capability to transition
technologies, subsystems and configurations to the research, industrial, and/or operational
military communities in such a way as to enhance U.S. defense. In addition, the evaluation will
take into consideration the extent to which the proposed intellectual property (IP) rights will
potentially impact the Governments ability to transition the technology to the research,
industrial, and operational military communities.
(c) Cost Realism
The objective of this criterion is to establish that the proposed schedule and costs are realistic for
the technical and management approach offered, as well as to determine the proposers practical
understanding of the effort. The proposal will be reviewed to determine if the costs proposed are
based on realistic assumptions, reflect a sufficient understanding of the technical goals and
objectives of the BAA, and are consistent with the proposers technical approach (to include the
proposed Statement of Work). At a minimum, this will involve review, at the prime and
subcontract level, of the type and number of labor hours proposed per task as well as the types
and kinds of materials, equipment, and fabrication costs proposed. Task descriptions and
associated technical elements provided must be complete and logically sequenced, with proposed
deliverables clearly defined. It is expected that the effort will leverage all available relevant
35

DARPA BAA-13-19
prior research in order to obtain the maximum benefit from the available funding. For efforts
with a likelihood of commercial application, appropriate direct cost sharing may be a positive
factor in the evaluation. The evaluation criterion recognizes that undue emphasis on cost may
motivate proposers to offer low-risk ideas with minimum uncertainty and to staff the effort with
junior personnel in order to be in a more competitive posture. DARPA discourages such cost
strategies.
(d) Proposed Schedule and Schedule Realism
The proposers abilities to aggressively pursue performance metrics in the shortest timeframe
and to accurately account for that timeframe will be evaluated, as well as proposers ability to
understand, identify, and mitigate any potential risk in schedule.
(e) Proposers Capabilities and/or Related Experience
The prior experiences of the proposer in similar efforts must clearly demonstrate the ability to
deliver products that meet the technical performance objectives of the program within the stated
budget and schedule. The team must have the expertise to manage costs and schedules, and must
be supported by technical teams that have the knowledge and experience to accomplish the
proposed tasks. The proposer should address facilities available across the team, including a
description of any unique facilities and capabilities necessary to execute the proposed effort. The
proposer should also submit a clearly defined organization chart and description of the program
team, along with defined responsibilities of team members. Short resumes should be provided for
all lead personnel in key disciplines to underscore their capabilities, and expertise. In addition,
the number of hours committed for all key personnel should be provided. Changes to these
assignments during any period of performance must be approved by the DARPA program
manager.
Any and all similar efforts completed and/or ongoing by the proposers in these, or immediately
related, areas should be described, along with the identity of the sponsoring Government agency.
B. Review and Selection Process
Evaluation of proposals will be accomplished through a scientific/technical review of each
proposal. Proposals will not be evaluated against each other since they are not submitted in
accordance with a common work statement. Rather, they will be evaluated on the basis of their
individual merits. DARPAs intent is to review proposals as soon as possible after they arrive;
however, proposals may be reviewed periodically for administrative reasons.
Award(s) will be made to proposers whose offerings are determined to be the most
advantageous to the Government, all factors considered, including technical contributions and
the availability of funding for the efforts.
It is the policy of DARPA to ensure impartial, equitable, comprehensive proposal evaluations
and to select the source (or sources) whose offer meets the Government's technical, policy, and
programmatic goals. Pursuant to FAR 35.016, the primary basis for selecting proposals for
acceptance shall be technical, importance to agency programs, and fund availability. In order to
provide the desired evaluation, qualified Government personnel will conduct reviews and (if
necessary) convene panels of experts in the appropriate areas.
36

DARPA BAA-13-19
For evaluation purposes, a proposal is the document described in Proposal Information,
Section IV.B. Other supporting or background materials submitted with the proposal will be
considered for the reviewer's convenience only and not considered as part of the proposal.
Restrictive notices notwithstanding, proposals may be handled for administrative purposes by
support contractors. These support contractors are prohibited from competition in DARPA
technical research and are bound by appropriate non-disclosure requirements.
Subject to the restrictions set forth in FAR 37.203(d), input on technical aspects of the proposals
may be solicited by DARPA from non-Government consultants /experts who are strictly bound
by the appropriate non-disclosure requirements.
It is the policy of DARPA to treat all proposals as competitive information and to disclose their
contents only for the purpose of evaluation. No proposals will be returned. After proposals have
been evaluated and selections made, an electronic copy of each proposal received will be
retained at DARPA and all other copies will be destroyed.
VI. Award Administration Information
A. Selection Notices
As soon as the evaluation of a proposal is complete, the proposer will be notified that (1) the
proposal has been selected for funding pending contract negotiations, or (2) the proposal has not
been selected. These official notifications will be sent via email to the technical point of contact
identified on the proposal coversheet.
B. Administration and National Policy Requirements
1. Meeting and Travel Requirements
There will be a program kickoff meeting and all key participants are required to attend.
Performer reviews and technical interchange meetings will be held during Phase I. They will
include proprietary sessions between the performer and the DARPA review team. They will also
include collaborative sessions that are open to all performers in order to create awareness,
facilitate the interchange of ideas, and foster potential teaming for follow-on efforts. These open
sessions may exclude details of specific proprietary designs, but will require frank and open
discussion of the design spaces and types of technologies under consideration and development.
Performers should also anticipate other reviews and periodic site visits at the Program Managers
discretion.
2. Human Use
All research involving human subjects, to include use of human biological specimens and human
data, selected for funding must comply with the federal regulations for human subject protection.
Further, research involving human subjects that is conducted or supported by the DoD must
comply with 32 CFR 219, Protection of Human Subjects
http://www.access.gpo.gov/nara/cfr/waisidx_07/32cfr219_07.html) and DoD Directive 3216.02,

37

DARPA BAA-13-19
Protection of Human Subjects and Adherence to Ethical Standards in DoD-Supported Research
(http://www.dtic.mil/whs/directives/corres/pdf/321602p.pdf).
Institutions awarded funding for research involving human subjects must provide documentation
of a current Assurance of Compliance with Federal regulations for human subject protection, for
example a Department of Health and Human Services, Office of Human Research Protection
Federal Wide Assurance (http://www.hhs.gov/ohrp). All institutions engaged in human subject
research, to include subcontractors, must also have a valid Assurance. In addition, personnel
involved in human subjects research must provide documentation of completing appropriate
training for the protection of human subjects.
For all proposed research that will involve human subjects in the first year or phase of the
project, the institution must provide evidence of or a plan for review by an Institutional Review
Board (IRB) upon final proposal submission to DARPA. The IRB conducting the review must be
the IRB identified on the institutions Assurance. The protocol, separate from the proposal, must
include a detailed description of the research plan, study population, risks and benefits of study
participation, recruitment and consent process, data collection, and data analysis. Consult the
designated IRB for guidance on writing the protocol. The informed consent document must
comply with federal regulations (32 CFR 219.116). A valid Assurance along with evidence of
appropriate training all investigators should all accompany the protocol for review by the IRB.
In addition to a local IRB approval, a headquarters-level human subjects regulatory review and
approval is required for all research conducted or supported by the DoD. The Army, Navy, or
Air Force office responsible for managing the award can provide guidance and information about
their components headquarters-level review process. Note that confirmation of a current
Assurance and appropriate human subjects protection training is required before headquarterslevel approval can be issued.
The amount of time required to complete the IRB review/approval process may vary depending
on the complexity of the research and/or the level of risk to study participants. Ample time
should be allotted to complete the approval process. The IRB approval process can last between
one to three months, followed by a DoD review that could last between three to six months. No
DoD/DARPA funding can be used towards human subjects research until ALL approvals are
granted.
3. Animal Use
Any Recipient performing research, experimentation, or testing involving the use of animals
shall comply with the rules on animal acquisition, transport, care, handling, and use in: (i) 9 CFR
parts 1-4, Department of Agriculture rules that implement the Laboratory Animal Welfare Act of
1966, as amended, (7 U.S.C. 2131-2159); (ii) the guidelines described in National Institutes of
Health Publication No. 86-23, "Guide for the Care and Use of Laboratory Animals"; (iii) DoD
Directive 3216.01, Use of Laboratory Animals in DoD Program.
For submissions containing animal use, proposals should briefly describe plans for Institutional
Animal Care and Use Committee (IACUC) review and approval. Animal studies in the program

38

DARPA BAA-13-19
will be expected to comply with the PHS Policy on Humane Care and Use of Laboratory
Animals, available at http://grants.nih.gov/grants/olaw/olaw.htm.

All Recipients must receive approval by a DoD certified veterinarian, in addition to an IACUC
approval. No animal studies may be conducted using DoD/DARPA funding until the
USAMRMC Animal Care and Use Review Office (ACURO) or other appropriate DoD
veterinary office(s) grant approval. As a part of this secondary review process, the Recipient will
be required to complete and submit an ACURO Animal Use Appendix, which may be found at
https://mrmc-www.army.mil/index.cfm?pageid=Research_Protections.acuro&rn=1.
4. Publication Approval
It is the policy of the Department of Defense that the publication of products of fundamental
research will remain unrestricted to the maximum extent possible. The definition of Contracted
Fundamental Research is:
Contracted Fundamental Research includes [research performed under] grants and
contracts that are (a) funded by budget category 6.1 (Basic Research), whether performed
by universities or industry or (b) funded by budget category 6.2 (Applied Research) and
performed on-campus at a university. The research shall not be considered fundamental
in those rare and exceptional circumstances where the applied research effort presents a
high likelihood of disclosing performance characteristics of military systems or
manufacturing technologies that are unique and critical to defense, and where agreement
on restrictions have been recorded in the contract or grant. Such research is referred to
by DARPA as Restricted Research.
Pursuant to DoD policy, research performed under grants and contracts that are (a) funded by
budget category 6.2 (Applied Research) and NOT performed on-campus at a university or (b)
funded by budget category 6.3 (Advanced Technology Development) does not meet the
definition of fundamental research. Publication restrictions will be placed on all such research.
Research to be performed as a result of this BAA is expected to be Restricted. The research
resulting from the proposed program is anticipated to present a high likelihood of disclosing
performance characteristics of military systems or manufacturing technologies that are unique
and critical to defense. Any award resulting from such a determination will include a
requirement for DARPA permission before publishing any information or results relative to the
program. Other restrictions may also apply.
Proposers are advised if they propose grants or cooperative agreements, DARPA may elect to
award other award instruments due to the need to apply publication or other restrictions.
DARPA will make this election if it determines that the research resulting from the proposed
program will present a high likelihood of disclosing performance characteristics of military
systems or manufacturing technologies that are unique and critical to defense. Any award
resulting from such a determination will include a requirement for DARPA permission before
publishing any information or results on the program and will be considered Restricted Research.

39

DARPA BAA-13-19
For certain research projects, it may be possible that although the research being performed by
the Prime Contractor is Restricted Research, a subcontractor may be conducting Contracted
Fundamental Research. In those cases, it is the Prime Contractors responsibility to explain in
their proposal why its subcontractors effort is Contracted Fundamental Research.
The following same or similar provision will be incorporated into any resultant Restricted
Research or Non-Fundamental Research procurement contract or other transaction:
There shall be no dissemination or publication, except within and between the Contractor
and any subcontractors, of information developed under this contract or contained in the
reports to be furnished pursuant to this contract without prior written approval of
DARPAs Public Release Center (DARPA/PRC). All technical reports will be given
proper review by appropriate authority to determine which Distribution Statement is to be
applied prior to the initial distribution of these reports by the Contractor. With regard to
subcontractor proposals for Contracted Fundamental Research, papers resulting from
unclassified contracted fundamental research are exempt from prepublication controls
and this review requirement, pursuant to DoD Instruction 5230.27 dated October 6, 1987.
When submitting material for written approval for open publication, the
Contractor/Awardee must submit a request for public release to the PRC and include the
following information: (1) Document Information: document title, document author,
short plain-language description of technology discussed in the material (approx. 30
words), number of pages (or minutes of video) and document type (briefing, report,
abstract, article, or paper); (2) Event Information: event type (conference, principle
investigator meeting, article or paper), event date, desired date for DARPA's approval;
(3) DARPA Sponsor: DARPA Program Manager, DARPA office, and contract number;
and (4) Contractor/Awardee's Information: POC name, email and phone. Allow four
weeks for processing; due dates under four weeks require a justification. Unusual
electronic file formats may require additional processing time. Requests can be sent
either via email to prc@darpa.mil or via hard copy to 675 North Randolph Street,
Arlington VA 22203-2114, telephone (571) 218-4235. Refer to
http://www.darpa.mil/NewsEvents/Public_Release_Center/Public_Release_Center.aspx
for information about DARPA's public release process.
5. Export Control
The following clause will be included in all procurement contracts, and may be included in Other
Transactions as deemed appropriate:
(a) Definition. Export-controlled items, as used in this clause, means items subject to the
Export Administration Regulations (EAR) (15 CFR Parts 730-774) or the International
Traffic in Arms Regulations (ITAR) (22 CFR Parts 120-130). The term includes:
1) Defense items, defined in the Arms Export Control Act, 22 U.S.C. 2778(j)(4)(A),
as defense articles, defense services, and related technical data, and further defined in
the ITAR, 22 CFR Part 120.

40

DARPA BAA-13-19
2) Items, defined in the EAR as commodities, software, and technology, terms
that are also defined in the EAR, 15 CFR 772.1.
(b) The Contractor shall comply with all applicable laws and regulations regarding exportcontrolled items, including, but not limited to, the requirement for contractors to register with the
Department of State in accordance with the ITAR. The Contractor shall consult with the
Department of State regarding any questions relating to compliance with the ITAR and shall
consult with the Department of Commerce regarding any questions relating to compliance with
the EAR.
(c) The Contractor's responsibility to comply with all applicable laws and regulations regarding
export-controlled items exists independent of, and is not established or limited by, the
information provided by this clause.
(d) Nothing in the terms of this contract adds, changes, supersedes, or waives any of the
requirements of applicable Federal laws, Executive orders, and regulations, including but not
limited to
(1) The Export Administration Act of 1979, as amended (50 U.S.C. App.
2401, et seq.);
(2) The Arms Export Control Act (22 U.S.C. 2751, et seq.);
(3) The International Emergency Economic Powers Act (50 U.S.C. 1701, et seq.);
(4) The Export Administration Regulations (15 CFR Parts 730-774);
(5) The International Traffic in Arms Regulations (22 CFR Parts 120-130); and
(6) Executive Order 13222, as extended;
(e) The Contractor shall include the substance of this clause, including this paragraph (e), in all
subcontracts.
6. Subcontracting
Pursuant to Section 8(d) of the Small Business Act (15 U.S.C. 637(d)), it is the policy of the
Government to enable small business and small disadvantaged business concerns to be
considered fairly as subcontractors to contractors performing work or rendering services as prime
contractors or subcontractors under Government contracts, and to assure that prime contractors
and subcontractors carry out this policy. Each proposer who submits a contract proposal and
includes subcontractors is required to submit a subcontracting plan in accordance with FAR
19.702(a) (1) and (2) should do so with their proposal. The plan format is outlined in FAR
19.704.

41

DARPA BAA-13-19
7. Electronic and Information Technology
All electronic and information technology acquired through this solicitation must satisfy the
accessibility requirements of Section 508 of the Rehabilitation Act (29 U.S.C. 794d) and FAR
Subpart 39.2. Each proposer who submits a proposal involving the creation or inclusion of
electronic and information technology must ensure that Federal employees with disabilities will
have access to and use of information that is comparable to the access and use by Federal
employees who are not individuals with disabilities and members of the public with disabilities
seeking information or services from DARPA will have access to and use of information and
data that is comparable to the access and use of information and data by members of the public
who are not individuals with disabilities.
8. Employment Eligibility Verification
As per FAR 22.1802, recipients of FAR-based procurement contracts must enroll as Federal
Contractors in E-verify and use E-Verify to verify employment eligibility of all employees
assigned to the award. All resultant contracts from this solicitation will include FAR 52.222-54,
Employment Eligibility Verification. This clause will not be included in grants, cooperative
agreements, or Other Transactions.
9. System for Award Management Registration and Universal
Identifier Requirements
Unless the proposer is exempt from this requirement, as per FAR 4.1102 or 2 CFR 25.110 as
applicable, all proposers must be registered in the System for Award Management (SAM) and
have a valid Data Universal Numbering System (DUNS) number prior to submitting a proposal.
Information on SAM registration is available at www.sam.gov. All proposers must maintain an
active registration in SAM with current information at all times during which they have an active
Federal award or proposal under consideration by DARPA. All proposers must provide the
DUNS number in each proposal they submit.
DARPA cannot make an assistance award to a proposer until the proposer has provided a valid
DUNS number and has maintained an active SAM registration with current information.
10. Reporting Executive Compensation and First-Tier
Subcontract Awards
The FAR clause 52.204-10, Reporting Executive Compensation and First-Tier Subcontract
Awards, will be used in all procurement contracts valued at $25,000 or more. A similar award
term will be used in all grants and cooperative agreements.
11. Updates of Information Regarding Responsibility Matters
FAR clause 52.209-9, Updates of Publicly Available Information Regarding Responsibility
Matter, will be included in all contracts valued at $500,000 where the contractor has current
active Federal contracts and grants with total value greater than $10,000,000.

42

DARPA BAA-13-19
12. Representation by Corporations Regarding Unpaid
Delinquent Tax Liability or a Felony Conviction Under
Any Federal Law
Each proposer must complete and return the representations in DFARS 252.209-7998
(Representation Regarding Conviction of a Felony Criminal) and 252.209-7999 (Representation
by Corporations Regarding an Unpaid Delinquent Tax Liability or Felony Conviction under any
Federal Law) with their proposal submission.
13. Cost Accounting Standards Notices and Certification
As per FAR 52.230-2, any procurement contract in excess of $700,000 resulting from this
solicitation will be subject to the requirements of the Cost Accounting Standards Board (48 CFR
Chapter 99), except those contracts which are exempt as specified in 48 CFR 9903.201-1. Any
offeror submitting a proposal which, if accepted, will result in a cost accounting standards (CAS)
compliant contract, must submit representations and a Disclosure Statement as required by 48
CFR 9903.202 detailed in FAR 52.230-2.
14. Controlled Unclassified Information on Non-DoD
Information Systems
Controlled Unclassified Information (CUI) refers to unclassified information that does not
meet the standards for National Security Classification but is pertinent to the national interests
of the United States or to the important interests of entities outside the Federal Government and
under law or policy requires protection from unauthorized disclosure, special handling
safeguards, or prescribed limits on exchange or dissemination. All non-DoD entities doing
business with DARPA are expected to adhere to the following procedural safeguards, in
addition to any other relevant Federal or DoD specific procedures, for submission of any
proposals to DARPA and any potential business with DARPA:

Do not process DARPA CUI on publicly available computers or post DARPA CUI to
publicly available webpages or websites that have access limited only by domain or
Internet protocol restriction.
Ensure that all DARPA CUI is protected by a physical or electronic barrier when not
under direct individual control of an authorized user and limit the transfer of DARPA
CUI to subcontractors or teaming partners with a need to know and commitment to this
level of protection.
Ensure that DARPA CUI on mobile computing devices is identified and encrypted and
all communications on mobile devices or through wireless connections are protected
and encrypted.
Overwrite media that has been used to process DARPA CUI before external release or
disposal.

43

DARPA BAA-13-19
C. Reporting
The number and types of reports will be specified in the award document, but will include as a
minimum monthly financial and technical status reports. The reports shall be prepared and
submitted in accordance with the procedures contained in the award document and mutually
agreed on before award. Reports and briefing material will also be required as appropriate to
document progress in accomplishing program metrics. A Final Report that summarizes the
project and tasks will be required at the conclusion of the performance period for the award,
notwithstanding the fact that the research may be continued under a follow-on vehicle. At least
one copy of each report will be delivered to DARPA and not merely placed on an internet site.
D. Electronic Systems
1. Representations and Certifications
In accordance with FAR 4.1201, prospective proposers shall complete electronic annual
representations and certifications at http://www.sam.gov.
2. Wide Area Work Flow (WAWF)
Unless using another approved electronic invoicing system, performers will be required to
submit invoices for payment directly via the Internet/WAWF at http://wawf.eb.mil. Registration
to WAWF will be required prior to any award under this BAA.
3. i-Edison
All required invention and patent reporting shall be accomplished, as applicable, using the iEdison.gov reporting website at (http://s-edison.info.nih.gov/iEdison).
VII. Agency Contacts
Administrative, technical or contractual questions should be sent via email to
DARPA-BAA-13-19@darpa.mil. All requests must include the name, email address, and phone
number of a point of contact.
VIII.

Other Information
A. Intellectual Property Procurement Contract Proposers
1. Noncommercial Items (Technical and Computer Data
Software)

Proposers responding to this BAA requesting a procurement contract to be issued under the
FAR/DFARS shall identify all noncommercial technical data and noncommercial computer
software that it plans to generate, develop, and/or deliver under any proposed award instrument
in which the Government will acquire less than unlimited rights, and to assert specific
restrictions on those deliverables. Proposers shall follow the format under DFARS 252.227-7017
for this stated purpose. In the event that proposers do not submit the list, the Government will
assume that it automatically has unlimited rights to all noncommercial technical data and
44

DARPA BAA-13-19
noncommercial computer software generated, developed, and/or delivered under any award
instrument, unless it is substantiated that development of the noncommercial technical data and
noncommercial computer software occurred with mixed funding. If mixed funding is anticipated
in the development of noncommercial technical data and noncommercial computer software
generated, developed, and/or delivered under any award instrument, then proposers should
identify the data and software in question, as subject to Government Purpose Rights (GPR). In
accordance with DFARS 252.227-7013 Rights in Technical Data - Noncommercial Items, and
DFARS 252.227-7014 Rights in Noncommercial Computer Software and Noncommercial
Computer Software Documentation, the Government will automatically assume that any such
GPR restriction is limited to a period of five (5) years in accordance with the applicable DFARS
clauses, at which time the Government will acquire unlimited rights unless the parties agree
otherwise. Proposers are advised that the Government will use the list during the evaluation
process to evaluate the impact of any identified restrictions and may request additional
information from the proposer, as may be necessary, to evaluate the proposers assertions. If no
restrictions are intended, then the proposer should state NONE. It is noted an assertion of
NONE indicates that the Government has unlimited rights to all noncommercial technical
data and noncommercial computer software delivered under the award instrument, in accordance
with the DFARS provisions cited above. Failure to provide full information may result in a
determination that the proposal is not compliant with the BAA resulting in nonselectability of
the proposal.
A sample list for complying with this request is as follows:
NONCOMMERCIAL
Technical Data
Summary of
Basis for
Asserted Rights
Computer Software Intended Use in
Assertion
Category
To be Furnished
the Conduct of
With Restrictions
the Research
(LIST)
(NARRATIVE)
(LIST)
(LIST)

Name of Person
Asserting
Restrictions
(LIST)

2. Commercial Items (Technical Data and Computer Software)


Proposers responding to this BAA requesting a procurement contract to be issued under the
FAR/DFARS shall identify all commercial technical data and commercial computer software
that may be embedded in any noncommercial deliverables contemplated under the research
effort, along with any applicable restrictions on the Governments use of such commercial
technical data and/or commercial computer software. In the event that proposers do not submit
the list, the Government will assume that there are no restrictions on the Governments use of
such commercial items. The Government may use the list during the evaluation process to
evaluate the impact of any identified restrictions and may request additional information from
the proposer, as may be necessary, to evaluate the proposers assertions. If no restrictions are
intended, then the proposer should state NONE. Failure to provide full information may result
in a determination that the proposal is not compliant with the BAA resulting in nonselectability
of the proposal.
45

DARPA BAA-13-19
A sample list for complying with this request is as follows:

Technical Data Computer


Software To be Furnished
With Restrictions
(LIST)

COMMERCIAL
Basis for
Asserted Rights
Assertion
Category
(LIST)

(LIST)

Name of Person Asserting


Restrictions
(LIST)

B. Non-Procurement Contract Proposers Noncommercial and


Commercial Items (Technical Data and Computer Software)
Proposers responding to this BAA requesting a Grant, Cooperative Agreement, Technology
Investment Agreement, or Other Transaction for Prototype shall follow the applicable rules and
regulations governing these various award instruments, but in all cases should appropriately
identify any potential restrictions on the Governments use of any Intellectual Property
contemplated under those award instruments in question. This includes both Noncommercial
Items and Commercial Items. Although not required, proposers may use a format similar to that
described in Paragraphs 1.a and 1.b above. The Government may use the list during the
evaluation process to evaluate the impact of any identified restrictions, and may request
additional information from the proposer, as may be necessary, to evaluate the proposers
assertions. If no restrictions are intended, then the proposer should state NONE. Failure to
provide full information may result in a determination that the proposal is not compliant with the
BAA resulting in nonselectability of the proposal.
C. All Proposers Patents
Include documentation proving your ownership of or possession of appropriate licensing rights
to all patented inventions (or inventions for which a patent application has been filed) that will be
utilized under your proposal for the DARPA program. If a patent application has been filed for
an invention that your proposal utilizes, but the application has not yet been made publicly
available and contains proprietary information, you may provide only the patent number,
inventor name(s), assignee names (if any), filing date, filing date of any related provisional
application, and a summary of the patent title, together with either: (1) a representation that you
own the invention, or (2) proof of possession of appropriate licensing rights in the invention.
D. All Proposers Intellectual Property Representations
Provide a good faith representation that you either own or possess appropriate licensing rights to
all other intellectual property that will be utilized under your proposal for the DARPA program.
Additionally, proposers shall provide a short summary for each item asserted with less than
unlimited rights that describes the nature of the restriction and the intended use of the intellectual
property in the conduct of the proposed research.

46

DARPA BAA-13-19
IX.

Acronym
ACURO
BAA
BOE
CAS
CDR
CFD
CFDA
CoDR
CPFF
CSD
CUI
DARPA
DARPA CDR
DCAA
DCMA
DUNS
EAR
FAR
FDR
FFRDCs
GFE
GPR
HBCUs
IACUC
IMS
IP
IPT
IRB
IT
ITAR
ITWA
L/D
MIs
OSD
OT
OTA
PCO
PDR
PRC
RFP

Appendix

VTOL X-Plane BAA-13-19 Acronyms


Definition
Animal Care and Use Review Office
Broad Agency Announcement
Basis of Estimate
Cost Accounting Standards
Critical Design Review
Computational Fluid Dynamics
Catalog of Federal Domestic Assistance Numbers
Conceptual Design Review
Cost-Plus-Fixed-Free
Computational Structural Dynamics
Controlled Unclassified Information
Defense Advanced Research Projects Agency
DARPA Classified Document Registry
Defense Contract Audit Agency
Defense Contract Management Agency
Data Universal Numbering System
Export Administration Regulations
Federal Acquisition Regulation
Final Design Review
Federally Funded Research and Development Centers
Government Furnished Equipment
Government Purpose Rights
Historically Black Colleges and Universities
Institutional Animal Care and Use Committee
Integrated Master Schedule
Intellectual Property
Integrated Product Team
Institutional Review Board
Information Technology
International Traffic in Arms Regulations
Interdivisional Work Transfer Agreements
Lift/Drag
Minority Institutions
Office of the Secretary of Defense
Other Transactions
Other Transaction Authority
Procuring Contracting Officer
Preliminary Design Review
Public Release Center
Request for Proposal
47

DARPA BAA-13-19
SAM
SAP
SCI
SDR
SETA
SOA
SOF
SOW
SSO
SWAP
TMP
TRR
TTO
USPS
VTOL X-Plane
WAWF
WBS

System for Award Management


Special Access Program
Sensitive Compartmented Information
System Definition Review
Scientific, Engineering, Technical Assistance
State-of-the-Art
Safety of Flight
Statement of Work
Special Security Office
Size, Weight and Power
Technology Maturation Plan
Test Readiness Review
Tactical Technology Office
United States Postal Service
Vertical Take-Off and Landing Experimental Aircraft
Wide Area Work Flow
Work Breakdown Structure

Symbol
A
DL

Pact
PL
T

VTOL X-Plane BAA-13-19 Symbols


Definition
Actuator disk area
Disk Loading
Coefficient of efficiency (aircraft Figure of Merit)
Density of air
Actual power required (to hover)
Power loading
Thrust

Units
ft2
lb/ft2
slugs/ft3
hp
lb/hp
lb

48

You might also like