Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 06, 2002 FBO #0186
SOLICITATION NOTICE

A -- High Speed Penetrator

Notice Date
6/4/2002
 
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-02-0010-Part-1
 
Response Due
8/2/2002
 
Point of Contact
Jillian Pate, Contract Specialist, Phone 850-882-4294 x3411, - Martin Kradlak, Contracting Officer, Phone 850-882-4294x3402, Fax 850-882-9599,
 
E-Mail Address
jillian.pate@eglin.af.mil, martin.kradlak@eglin.af.mil
 
Description
A--INTRODUCTION: The Air Force Research Laboratory Munitions Directorate, Ordnance Integration Branch (AFRL/MNMI) is interested in receiving technical and cost proposals for the development and demonstration of a High Speed Penetrator (HSP) under this Program Research and Development Announcement (PRDA) number MNK-PRDA-02-0010. 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 Standard Time on 2 August 02. Address proposals to AFRL/MNK, Attn: Jillian Pate, Building 13, Suite 337, 101 W. Eglin Blvd., Eglin AFB FL 32542-6810. Reference solicitation number MNK-PRDA-02-0010 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). Proposals submitted must be in accordance with this announcement. 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. B--REQUIREMENTS: (1) Program Objective: The overall HSP program objective is to develop an ordnance package with a payload, which survives a high speed impact into high strength, reinforced concrete and functions correctly afterwards. The method for demonstrating this ordnance package will be through sled tests. (2) Technical Requirements and Goals: The contractor's HSP design shall be based on the program objective and the requirements/goals described in Annex 1 of this PRDA. The HSP shall, as a minimum, satisfy the performance requirements and strive to meet the performance goals. The HSP shall be designed to survive and properly function after a high velocity impact into high strength reinforced concrete. "Proper function" is stipulated as follows: the integrated ordnance package survives the impact and penetration event intact; the fuze detonates in the manner for which it was designed; the explosive initiates and detonates due to fuze/booster function; the penetrator path through the media is predictable and stays within the target; the appropriate depth of penetration is achieved. The penetrator will be evaluated through sled tests using concrete reinforced targets similar to the target description in Annex 2 of this PRDA. (Note: Potential offeror's should forward their request for Annexes 1, 2, 3, 4, 5, 6 and 7 of this PRDA to the Government in strict accordance with the requirements of Paragraph F(5) of this PRDA.) (3) Program Tasking: This program is a technology demonstration of an integrated ordnance package for full scale testing and verification of survivability and function after a high velocity impact. The contractor is to provide personnel, facilities, equipment and documentation to plan, organize, execute and manage these major tasks: (a) Design: The contractor shall accomplish design of the HSP to survive and function after a high velocity impact event. The fuze that shall be used for this effort is specified in Annexes 1 and 5. The contractor shall identify case material, explosive fill, and components required to complete the integrated ordnance package. The design must accommodate any internal instrumentation to be used in this program. The contractor shall select case material that has the best chance of surviving impact and is low risk. The contractor shall select an explosive having the best chance of surviving and providing the highest energetic capability. (b) Analysis: The contractor shall conduct simulations and analysis as necessary to predict/validate the expected survivability, proper function, stability within the target and depth of penetration of the HSP integrated ordnance package against the specified test targets. (c) Test Planning: The contractor is to develop and provide a test plan, a test schedule and cost estimate of testing to achieve the program objective and accomplish the minimum test conditions specified in Annex 1. In addition to these tests, the contractor shall identify any government owned test facilities and commercial facilities required. The test plan should achieve the program objective and requirements while minimizing risk, and providing the most data with respect to ordnance package performance. The test plan may be a combination of scaled and full scale testing, but must be within the program budget and period of performance. The contractor shall identify all data collection requirements, instrumentation or methodologies necessary to evaluate the performance of the HSP for each proposed test event. Any instrumentation packages needed should be specified and provided by the contractor. In the proposal, the availability, maturity, and reliability of the instrumentation packages should be addressed. (d) Fabrication and Delivery: The contractor shall fabricate all test articles identified in the test plan. Test articles shall be built and delivered according to the proposed test schedule. The contractor shall identify the quantity of components to be furnished by the government (i.e. the directed fuze type (whether live or inert), explosive fill, etc.) The method of transporting completed test articles and location to which they are to be delivered should be discussed in the proposal. (e) Test Support: The contractor shall support all aspects of testing, both contractor conducted and government conducted. The contractor generated test plans, as approved by the Government, will become a contractual requirement. The contractor shall provide test support to include the following: support test planning meetings; provide test setup advice; oversee/conduct test article build up, checkout, and upload of hardware; provide instrumentation package support; provide information and analyses in the format necessary for the government to obtain the required approval for testing, transportation, and storage; identify risk or potential problems and suggest improvements; record test setup; observe tests; assist as necessary in the collection of all data needed for evaluation of the HSP performance; document test results; perform analysis to quantify the performance of the ordnance package, and compare the quantified test results with the pretest predictions; compare test results to LaBombA prediction for depth of penetration; report on tests. (f) Final Report: The contractor shall present in sufficient detail all work performed on the HSP contract in technical report format. The Final Technical report shall be releasable to DoD and US DoD contractors only. Detail is sufficient when the report is a stand-alone document addressing the concept and technology evaluated, and the performance demonstrated. The final report should include design documentation, any special fabrication instruction, a summary of test events, test predictions, test results, post-test analysis and conclusions. (g) Management: The contractor shall manage cost, staffing, schedule, and security to meet the cost, technical, schedule, and security requirements of this contract. The contractor shall communicate the technical and programmatic status through scheduled meetings discussed in Paragraph 8. The contractor shall provide technical risk assessment, program schedule and cost of contract. (4) Design Requirements: The design of the HSP case, including material selection, and fuze integration, explosive selection, and integration issues associated with the fuze and explosive into the case, shall be the responsibility of the prime contractor. In the event the fuze mounting assembly fails, the HSP contractor shall correct the problem. The contractor must establish an agreement with the fuze contractor (identified in Annex 1) regarding responsibility in the event of a fuze failure. This agreement should be discussed in the proposal. (5) Environmental Protection Requirements: During the design and test effort, the contractor shall evaluate the potential environmental impact associated with the fabrication and test of the HSP. Pursuant to federal statutes, the contractor shall minimize the use/selection of hazardous materials and processes utilizing hazardous material to avoid or minimize generation of hazardous wastes as identified in 40 CFR 261. The contractor shall notify AFRL/MNMI if hazardous materials are utilized during the contract or would be required for the technology being developed. Additionally, the topic shall be discussed at the regular periodic program reviews. If hazardous materials are used or generated during the program, the contractor shall be responsible for the identification, generation, and submission to the appropriate environmental regulative authority of all technical data and documentation required to obtain approval for the use of hazardous material(s) in fabrication and/or testing of the HSP, generation, or disposal of any associated hazardous wastes. The contractor shall also be aware of, and bring to the immediate attention of the AFRL/MNMI, any aspects of the contractor's HSP development and test effort that might potentially affect or be affected by international treaties related to chemical and/or biological materials (or their surrogates) or weapons, or related test facilities which simulate their production, storage, or test. (6) Transformational Management for Accelerated Technology Transition Tasking (TMATT) (formerly, called "Affordability Tasking"): The contractor shall plan and implement a TMATT program using the Integrated Product and Process Development (IPPD) Process Model to insure that TMATT is a key consideration during requirements definition, preliminary design, detailed design, and development. The level of effort, and the degree of implementation shall be commensurate with the overall program funding constraints of Paragraph C (4) and the technical requirements of this PRDA. The contractor shall present the status and findings of the TMATT analysis at every Technical Interchange Meetings (TIM) and document the TMATT effort in the Final Report. (Note: A description and discussion of the IPPD Process Model can be found at http://www.jgai.com/stprocess50/index.htm). (7) Data Requirements: The following data submittals are required: (a) Periodic status reports including technical progress, programmatic information, schedule, and appropriate disclosure of actual cost and labor expenditures. Each status report shall specifically address any patents or inventions identified and/or pending, as well as any proprietary data, methodologies and issues (DI-MGMT-80368). Contractor format Contract Schedule Status Report (CSSR), Contract Schedule Report (CSR), Contract Funds Status Report (CFSR), Contract Work Breakdown Structure (CWBS) are required (DI-FNCL-80912; DI-MGMT, -81334, -81467, - 81468). Copies of monthly billing vouchers submitted to the Government, as well as monthly updates regarding payments received from the Government are also required. (b) Any and all analysis, technical data, safety data, explosive ordnance disposal data, environmental data, and other documentation required for obtaining ordnance package test approval(s), and for receiving, handling, buildup, and testing of the ordnance package components, ordnance package subsystems, or the all-up ordnance package (DI-MISC-81414; DI-SAFT-80931A, -80182B, -81299). Design analysis reports necessary to facilitate timely approval of test clearances and safety documentation (DI- MISC-80711A; DI-NDTI-80809B; DI-GDRQ-80567A). (c) Development specifications, draft product performance specification(s), and design drawings for the ordnance package in its various configurations (DI-SESS-81002B; DI-CMAN-81314: DI-IPSC-81431). (d) Test plan(s) and test reports for all significant testing (DI-NDTI-80566, 80809B). (e) Final technical report, TMATT Report, and a Technology Transfer Report (DI-MISC-80711A) must be delivered at the end of the program. The Final Report, which will be published in DTIC, must document the entire effort and must include relevant data and results from other technical data that would not otherwise be published. The final technical report must be submitted electronically through secure means in Microsoft Word 2000 or compatible format. The Government must be given authorization to read and write to the electronic document. (f) A record (e.g., agenda, presentation materials, minutes, and tracking of associated action items) of required meetings (DI-ADMN-81249A, -81250A, -81373). (g) The contractor may propose additional elements or submittal of combined elements or Data Item Descriptions (DIDs) as appropriate for the proposed program. (8) Meetings and Reviews: The contractor shall be expected to host and conduct various meetings throughout the program. The Government anticipates the following program meetings and reviews: Kickoff meeting within three weeks of contract start date at contractor's facilities; quarterly Technical Interchange Meetings (TIM) that alternate between the contractor's facilities and Eglin AFB; and a Final Program review within the last four weeks of the program completion, at Eglin AFB, FL. Additional Program Reviews may be held at times coinciding with key program milestones or decision points, as deemed appropriate by the contractor and Government. The contractor may propose to conduct or participate in other meetings with subcontractors, Government agencies, or third parties, as deemed appropriate to the program. Each TIM and Program Review shall specifically address any patents or inventions identified and/or pending as well as any proprietary data, methodologies and issues. In addition, the contractor shall support and participate in Government agency safety and test meetings as appropriate. (9) Proprietary Items: The Government prefers the proposed HSP include no parts, materials, or software that are proprietary, other than the specified fuze. 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 that will be integral to the HSP. (10) Security Requirements: Portions of this program will be classified up to the SECRET/ NORFORN level. Emanation security (EMSEC) requirements will apply. Generation of classified material for this solicitation is authorized only on equipment approved for classified processing by Air Force EMSEC authorities. The Warhead and Warhead Technology Security Classification Guide (SCG) shall be used as guidance in all security matters related to the HSP Program. (Note: Request for copies of the referenced SCG to the Government shall be in accordance with the requirements of Paragraph F(5) of this PRDA). (11) Long Lead Items: Timely execution of the HSP Program may require the purchase of long lead materials and /or hardware. Therefore, the contractor shall identify Long Lead Item requirements to the government in a timely manner. (12) Safety: During all phases of the HSP program the contractor shall be cognizant of all safety issues and safety requirements related to the design, fabrication and test of the HSP. The contractor shall be responsible for contacting, and supporting, as necessary, any and all Government safety organizations that may have HSP safety oversight responsibilities, such that all safety considerations/issues are adequately addressed in a complete and timely fashion. (13) Special Requirements: The HSP contractor shall establish as a minimum an Associate Contractor Agreement (ACA) with the fuze prime contractor. The contractor is instructed to directly fund the fuze manufacturer for support of the HSP program, not to include fuze purchases which will be provided as GFE. The prime contractor shall interface with the fuze manufacturer throughout the duration of this program to ensure that the HSP is physically and functionally compatible with the specified fuze. The fuze manufacturer's support will be necessary for test events incorporating the fuze, and for post-test analysis. (14) Other Special Requirements: International Traffic in Arms Regulations (Export Control) applies.
 
Record
SN00087592-W 20020606/020604213701 (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.