Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 30, 2003 FBO #0517
SOLICITATION NOTICE

A -- Tunnel Defeat

Notice Date
4/28/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL - Eglin Research Site, 101 West Eglin Blvd Suite 337, Eglin AFB, FL, 32542-6810
 
ZIP Code
32542-6810
 
Solicitation Number
MNK-PRDA-03-0009
 
Point of Contact
MiMi Martin, Contract Specialist, Phone 850-882-4294x3423, Fax (850)882-9599, - Carol Abbott, Contracting Officer, Phone 850-882-4294x3404, Fax 850-882-9599,
 
E-Mail Address
mimi.martin@eglin.af.mil, abbottc@eglin.af.mil
 
Description
Air Force Research Laboratory, Munitions Directorate, Assessment and Demonstrations Division (AFRL/MNA) is interested in receiving technical and cost proposals for supporting the Tunnel Defeat (TD) program involving the development of a robust precision-time-of-arrival guidance law and planning for a potential follow-on flight test program. The technology development will include detailed guidance algorithm design and implementation, analysis via sensitivity trades and Monte Carlo simulation, an assessment of airframe requirements, and the development of a viable weapon integration and test plan to support a potential follow-on flight test demonstration. This acquisition is unrestricted (i.e., considered full and open competition) except that only U.S. firms may submit offers as prime contractors. Thus, all qualifying, responsible sources may submit a proposal that will be considered against the criteria set forth herein. Firms responding to this solicitation should provide their business status as defined in FAR clause 52.219-1 for NAICS Code 541710 (500 people). Proposals submitted must be in accordance with this announcement, and must be received no later than 3:00 p.m. Central Daylight Time on 12 June 2003. Address proposals to AFRL/MNK, Attn: MiMi Martin, Building 13, Suite 337, 101 W. Eglin Blvd., Eglin AFB FL 32542-6810. Proposals handled by courier shall be delivered to Bldg 13, Rm. 337, Eglin AFB FL. Reference solicitation number MNK-PRDA-03-0009 on the proposal and on the outside of the package. Proposals received after the cut-off date/time specified herein shall be treated in accordance with FAR 52-215-1(c)(3), "Instructions to Offerors ? Competitive Acquisition"(May 2001). Since this is a PRDA, there will be no formal request for proposal or other solicitation regarding this announcement. Offerors should be alert to any PRDA amendments that may be published. The Government reserves the right to amend the due date to allow for subsequent submission-of-proposal dates. If a proposal is selected to satisfy the PRDA objectives as a result of the first submission, subsequent opportunities for proposal submission will not be available. The Government reserves the right to award without discussions. B--REQUIREMENTS: (1) Technical Description: AFRL/MNA is conducting the 12-month Tunnel Defeat (TD) program that intends to design, develop, and characterize a guidance algorithm that will allow multiple air-to-ground delivered munitions to arrive at one or more pre-planned aimpoints, both precisely and simultaneously. The desired end result is to cause the multiple warheads to act as one large explosive charge by detonating the independent, closely spaced warheads simultaneously. The warheads must therefore be closely spaced in order that the individual blast waves and warhead detonation will be triggered electronically prior to impact. The program is divided into four tasks; however, this is not a task order or IDIQ contract. Task I: Concept Definition/Detailed Design, Task II: Simulation?Sensitivity/Monte Carlo Analyses, Task III: Airframe Requirements Study, and Task IV: Weapon Integration and Test Plan. MINIMUM TECHNOLOGY REQUIREMENTS: The guidance design shall describe a system capable of enabling discrete air-delivered munitions to manage free-fall energy in order to arrive precisely at a predetermined point and time. The goal is to be able to place multiple weapons (up to six) within a 10-meter diameter sphere centered at the aimpoint at the time of detonation (assumed simultaneous), with weapons nominally released from 30k ft at M0.8. The separation in weapon release times must also be considered, since all weapons will not be released simultaneously. The goal of this program is to be able to support a minimum 15-second separation between release of the first and last weapons, with an objective of 30 seconds separation. The Offeror shall conduct detailed sensitivity analyses and Monte Carlo analyses of its guidance design. It is highly desirable that the precision time-of-arrival (PTOA) guidance design be compatible with existing or modified guidance kit hardware. The baseline warhead is the 2000# MK-84 general purpose warhead or the similar composite blast bomb. (See Section C7) Mass properties and dimensions for these weapons shall be provided as GFI to the contractor. The Offeror shall recommend an airframe (tailkit) and integration approach as part of the integration and test plan, Task IV. The Offeror shall accomplish the following specific design, development, and study requirements: CONCEPT DEFINITION/DETAILED DESIGN/DEVELOPMENT (TASK I): The Offeror shall develop a system concept and then design and develop detailed guidance algorithm. The guidance algorithm shall be integrated in a 6 degree of freedom (6DOF) simulation, to include required airframe and navigation characteristics. The guidance law shall be demonstrated in the 6DOF simulation. The Offeror shall identify assumptions and limitations that characterize the system concept, airframe and guidance law. The Government shall participate in all design reviews and to the extent possible, and at the discretion of the Offeror, in the design and development process. SIMULATIONS?SENSITIVITY ANALYSIS/MONTE CARLO ANALYSIS (TASK II): The Offeror shall demonstrate the robustness of the guidance law. The Offeror shall take the guidance design from Task I and fully develop and define its capabilities through iterative simulation runs, sensitivity analyses, and Monte Carlo analyses. The simulations shall include detailed system error characteristics such as aircraft initialization errors, variations in weapon release, navigation and control errors, and wind models. AIRFRAME REQUIREMENTS STUDY (TASK III): The Offeror shall assess the potential of existing guidance kits and modifications to existing guidance kits, to support the guidance law to common, existing tailkits. If no existing tailkits offer sufficient energy control, then the Offeror shall design the hardware components necessary for the successful achievement of the stated objectives. The design need not include detailed drawings or in-depth structural/aerodynamic analyses, but should adequately describe the proposed weapon system and its intended performance characteristics. INTEGRATION and FLIGHT TEST PLAN (TASK IV): The Offeror shall develop an integration and flight test plan for a potential follow-on program. The test will demonstrate the integration of the guidance algorithm, the airframe defined in Task III, and the baseline warhead. As part of the integration effort, the Offeror shall present a detailed plan to show his/her approach for integrating the guidance algorithm, the airframe and the baseline warhead. A comprehensive test plan shall be developed, to include both ground and limited free-flight testing to demonstrate the capability of the airframe/guidance to put a weapon on target with a precise time of arrival. At a minimum, the tests outlined in Test Plan Execution (Option I) shall be addressed. The above Tasks I-IV requirements have been established as an initial baseline and may be changed during the program with Government direction/approval. TEST PLAN EXECUTION (OPTIONAL TASK V): The Offeror shall implement the integration and flight test plan defined as part of Task IV. A flight demonstration phase is envisioned in order to demonstrate the capability to precisely control the time of arrival of weapons. The demonstration would consist of at least three inert weapon drop tests, with four weapons dropped. (1) The first test will consist of a single weapon drop. The intent will be to demonstrate PTOA capability under near optimum release conditions. In this case, the arrival time may be pre-planned. (2) The second flight test will again consist of a single weapon drop. The intent in this test will be to expand the release envelope beyond that of test 1. This may require the weapon to simulate a 15- to 30-second release separation. In this test, the arrival time will be selected in real-time. (3) The final flight test will consist of a 2-weapon ripple release. The intent here will be to demonstrate capability to put 2 weapons at selected locations and at the same time. The arrival time will be computed in real-time and also provided to the weapons in real-time. C--ADDITIONAL INFORMATION: MEETINGS: The Government anticipates the following program reviews and meetings: Kickoff within two weeks of award at Offeror?s facilities; Semi-Annual Technical Interchange Meetings at Offeror facilities; and a Final Program review at completion at Government facilities at Eglin AFB, FL. (1) Anticipated Period of Performance: 12 months for the basic contract. (2) Data Requirements: The following data submittals are required: The Offeror shall deliver a bi-monthly status report, program review presentation material, a detailed guidance law report documenting the system concept, guidance law details, block diagrams, implementation and analysis, any electronics functional block diagrams, and electronics schematics, program schedule, and a final report that shall include the airframe requirements study and the integration and test plan. Contractor format is acceptable. The Offeror?s proposal shall identify any proprietary materials, products, software, or processes to be used by the prime contractor or subcontractors in the performance of this program and to address acquisition of data rights or licenses, or expected recoupment of development costs for those proprietary items. (3) Expected Award Date: The estimated award date is 30 Jun 03. (4) Type of Contract: The Government anticipates awarding one or more Firm Fixed Price Contracts; however, other contract/agreement types will be considered. (5) Government Estimate: The Government estimates the cost of Tasks I-IV for the entire 12-month effort to be approximately $500K, and expects to fund at least one contract. This is an estimate only, not a promise of funding availability. (6) Government Furnished Property (GFP): It is the Offeror's responsibility to identify any equipment to be used whether Offeror-owned and furnished or Government-owned and furnished. The Government will assist in providing Government-owned property as appropriate if available. (7) Government Furnished Information (GFI): The Government intends to provide historical data in the form of blast data spatial/temporal constraints, physical dimensions for the MK-84 and composite blast bombs, and a Precision Time-of-Arrival Feasibility Study. This information may be obtained by contacting the TD Program Manager, Capt. Jess Drab, (850) 882-5152 after submission of the DD Form 2345 to MiMi Martin (850) 882-4294 ext. 3423 (see Paragraph D). (8) Size Status. This acquisition is solicited under full and open competition. The appropriate NAICS code is 541710 with a small business size standard of 500 employees. (9) Notice to Foreign Owned Firms: A determination has been made for this solicitation, that all foreign participation at the prime contractor level will be prohibited. Foreign contractors may participate as sub-contractors if prime contractors obtain the appropriate approval from the State Department. (10) Cost-Sharing Proposals: The Government does not require cost sharing as a requirement for contract award. However, proposals offering a cost sharing arrangement may be considered for award. D--PROPOSAL PREPARATION INSTRUCTIONS: (1) General: Offerors should apply the restrictive notice prescribed in the provision at FAR 52.215-1 (e), Restriction on Disclosure and Use of Data, to trade secrets or privileged commercial and financial information contained in their proposals. Proposal questions should be directed to the appropriate points of contact listed below. Technical and cost proposals, submitted in separate volumes, are required and must be valid for 180 days. Offerors must submit approved DD Form 2345, Export-Controlled DoD Militarily Critical Technical Data Agreement, with their proposal. Offerors should state whether they are a large business, small business, small disadvantage business, nonprofit, educational, or historically black college or minority institution. Additional proposal questions should be directed to one of the points of contact listed elsewhere herein. A technical and cost proposal submitted in separate volumes, is required and must reference the above PRDA number. Volume 1 should provide the technical proposal and Volume 2 should address the price/cost portions of the proposal. (2) Technical Proposal: The Volume 1 technical proposal shall include an outline and full discussion of the scope of the effort; as a minimum, a Statement of Work suitable for contract incorporation; the Offeror?s technical approach for the entire program; risk management procedures to be applied to the program; identification of key personnel, resources, and critical subcontractors; deliverables; a proposed program schedule including deliveries for the basic program and option; and a summary of relevant past performance. Information must be included on prior experience in the applicable field, the available facilities, and resources designated to perform the proposed effort. Volume 1 should be limited to a total of 40 pages, including charts, figures, tables, etc.; the proposed SOW, CDRLs, and past performance may be included as an appendix of not more than 13 pages. Recent (within the last 5 years) and relevant past performance should be limited to 3 pages. The Government reserves the right to remove and return to the Offeror any excess pages before evaluation starts. A page is defined to be one side of an 8.5 x 11 inch piece of paper with information on it. Minimum print size is 10 point type (12 pitch). Proposals shall be submitted in an original and 5 copies and one CD-ROM. All responsible sources may submit a proposal, which shall be considered against the criteria set forth herein. Offerors are advised that copies of their proposals may be forwarded to other interested Government agencies for funding consideration. Thus, submission of a proposal constitutes the Offeror?s authorization for limited reproduction and dissemination of their proposal within Government Agencies and National Laboratories. Offerors are further advised that only the Contracting or Agreements Officer is legally authorized to bind or otherwise obligate the Government. (3) Cost Proposal: Adequate price competition is anticipated. Volume 2 should address the price and cost details of the proposal. Cost proposals have no page limitations, however, offerors are requested to limit cost proposals to 25 pages as a goal. Volume 2 Cost Proposal should contain the following: 1. Proposal Summary for total proposal, including a proposal for optional Task V to price the possible implementation of the plan defined in Task IV. 2. Summary by cost element and profit for each contract line and sub-line item and for the total proposal. 3. Labor summary for total proposal by categories, rates, and hours. Include an explanation of how labor rates are computed, including base rates and escalation. 4. Identification of indirect rates. 5. Bill of materials detailing items by type, quantity, and unit price, total amount, and source of estimate. 6. Summary of all travel, including from/to destinations, purpose, number of people and days, air fare, per diem, car rental, etc. 7. Other direct costs by type, amount, cost per unit and purpose. 8. Subcontractor's proposal with prime Offeror's price/cost analysis of subcontractor?s proposal. If subcontractor was not competed, include justification. E--PROPOSAL EVALUATION: The selection of none, one, or more sources for contract award shall be based on scientific and engineering evaluation of the proposals in response to this PRDA to determine best-value to the Government for the entire program. Proposals will be evaluated using the factors given below. The factors, listed in descending order of importance, are: (1) The overall technical merits of the proposal, including technical approach, and program management, (2) The Offeror's capabilities, related experience, facilities, techniques, or unique combinations of these, which are integral factors for achieving the program objectives, (3) The Offeror?s capability to support potential weapon integration and flight testing of the proposed weapon system, to include the developed guidance, (4) Reasonableness and realism of proposed schedule and cost: (5) The Offeror's record of recent past relevant performance. An evaluation is made of all proposed costs to ensure the Offeror has a proper understanding of the effort. It is the policy of AFRL/MN to treat all proposals as privileged information prior to award, and to disclose the contents only for the purposes of evaluation. The Offeror must indicate on the appropriate page any limitation to be placed on disclosure of information contained in the proposal. In accordance with PRDA guidelines, the technical evaluation will rank proposals into three categories defined as follows: Category I: Category I proposals must be well-conceived, scientifically and technically sound, pertinent to program goals and objectives, and offered by a responsible contractor with the competent scientific and technical staff and supporting resources needed to ensure satisfactory program results. Category I proposals are recommended for acceptance (subject to availability of funds) and normally will be displaced only by other Category I proposals. Category II: Category II proposals are scientifically or technically sound but may require further development. They can be recommended for acceptance, but are a lower priority than Category I. Proposals in this category are not usually funded. Category III: Category III proposals are not technically sound or do not meet agency needs. They are not recommended for award. The technical and cost information will be evaluated at the same time. The U.S. Air Force reserves the right to select for award one, several, or none of the proposals received in response to this announcement. Offerors may contact the individuals or sections listed herein to obtain generally available clarification of technical/contractual issues and cost proposal format or pricing information. G--POINTS OF CONTACT: (1) Contracting/Cost: Ms. MiMi Martin, Contract Specialist, (850) 882-4294, ext. 3423, at AFRL/MNK, 101 W Eglin Blvd, Suite 337, Eglin AFB, FL 32542-6810. (FAX: (850) 882-9599, E-mail mimi.martin@eglin.af.mil ). (2) Technical Issues: Capt. Jess Drab, (850) 882-5152, (FAX (850) 882-2676, E-mail jess.drab@eglin.af.mil ) at AFRL/MNAV, 101 W Eglin Blvd, Rm. 326, Eglin AFB, FL 32542-6810.
 
Record
SN00313433-W 20030430/030428213439 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.