Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 28, 2004 FBO #0914
SOLICITATION NOTICE

54 -- SOFT IMPACT LOCATION CAPABILITY (SILC) TEST AND EVALUATION (BAA Part 1 of 2)

Notice Date
5/26/2004
 
Notice Type
Solicitation Notice
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NUWC Division Newport, Simonpietri Drive, Newport, RI, 02841-1708
 
ZIP Code
02841-1708
 
Solicitation Number
BAA-043338
 
Response Due
7/6/2004
 
Archive Date
7/21/2004
 
Point of Contact
Maria Goulart, Contract Negotiator, Phone 401-832-6379, Fax 401-832-4820, - Maria Goulart, Contract Negotiator, Phone 401-832-6379, Fax 401-832-4820,
 
E-Mail Address
goulartmf@npt.nuwc.navy.mil, goulartmf@npt.nuwc.navy.mil
 
Description
THIS IS A TOPICAL BROAD AGENCY ANNOUNCEMENT (BAA) FOR SOFT IMPACT LOCATION CAPABILITY (SILC) TEST AND EVALUATION. ?This synopsis is being posted to both the Federal Business Opportunities(FBO) page located at http://www.eps.gov and the Navy Electronic Commerce on Line(NECO) site located at http://www.neco.navy.mil. While it is understood that FBO is the single point of entry for posting of synopsis and solicitations to the internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by the Navy Sea Systems Command.? PRE-PROPOSAL CONFERENCE (a) A pre-proposal conference will be held at the Naval Undersea Warfare Center Division, Newport on 17 June 2004 at 10:00 A.M. Participants may ask questions relative to the Topical Broad Agency Announcement (BAA). (b) Those wishing to attend the pre-proposal conference shall submit visit requests to the NUWCDIVNPT Security Office, Code 553 at least five days before the date of the conference for those company officials who intend to attend. Persons not possessing a current security clearance will be escorted, and cannot attend any classified portion of the conference. A. INTRODUCTION The OSD Central Test and Evaluation Investment Program (CTEIP) Office has established a Tri-Service project to develop a versatile, safe and environmentally friendly water-impact marking capability to serve the test and evaluation needs of advanced munitions development programs. This project, identified as the Soft Impact Location Capability (SILC), will provide a modular, portable system to support full-envelope testing of advanced ordnance systems using shallow-water ocean impact areas in lieu of traditional land-impact ranges. This approach locates ordnance impact areas safely away from land areas, but in modest water depths that enable post-test recovery of the projectiles. When required by individual test objectives, the in-water impact location capability will be augmented by above-water instrumentation for measurement of projectile angle-of-incidence and attitude. The Naval Undersea Warfare Center, Division Newport (NUWCDIVNPT) seeks information on the availability of technology needed to enable satisfaction of the functional and performance requirements established for the SILC in the specific areas of (1) acoustic splash marking and (2) angle-of-incidence measurement. Proposals shall describe all steps necessary to design and develop a system that will meet the performance objectives described herein and shall include an initial prototype and in-water testing that preferably can be completed by the end of January 2005. B. SILC CONCEPT AND GOALS 1. To achieve a versatile, portable capability that can serve users in numerous geographic locations, the SILC design concept consists of a group of acoustic, electronic, and mechanical subsystems, all transportable by sea, land or air. The SILC system will be self-contained and require no support aircraft, recoverable targets, or external data communication links. Deployment and recovery of the in-water acoustic splash marking and angle-of-incidence measurement subsystems will be accomplished by existing range craft available on both coasts of the CONUS, the Gulf of Mexico, and Hawaii. The test location may be any convenient open water area having depths up to about 100 meters (30 meters to enable post-test round recovery); capability to operate in deeper water is a desirable performance enhancement. In each case, the SILC-instrumented impact area and supporting subsystems will be oriented so that the system under test can be fired or launched with an acceptable hazard pattern. The munitions systems under test may be launched from land, sea or airborne platforms at ranges out to 1000 kilometers. The minimum size of the instrumented impact area will be 300 meters cross-range by 800 meters down-range. 2. The principal SILC objective of highly accurate in-water munition splash marking will be realized by using an in-water impact location subsystem consisting of multiple independent moored acoustic sensor stations. The number and arrangement of these stations is variable, depending on the needs and objectives of specific test users and the hydro-acoustic conditions present in a given test area. Each station will be self-powered and data-linked to an off-range processing and control facility, located either ashore or afloat at a safe distance from the impact area. Additional stations carrying an above-water angle-of-incidence measurement subsystem will supplement the acoustic impact location subsystem, and will also be data-linked to the off-range processing and control facility. For both sensor subsystems, the allocation of unique processing functions between the in-water stations and the off-range facility is left to the subsystem designer. The two sensor subsystems, together with the processing, communications, control and display, and deployment and recovery subsystems, constitute the complete SILC capability. 3. The SILC conceptual design features short-term in-water deployment periods, a limited number of in-water nodes, and RF data linkage between the in-water stations and the dry-end subsystems aboard the support vessel or ashore. These features will enable simpler, lighter-weight in-water components, and will contribute to simplification of the demands placed on the deployment and retrieval subsystem. The design concept also supports complete assembly or reconfiguration of each measurement station, including physical integrity and electrical performance testing, on the deck of the support vessel prior to deployment. A very precise Government-developed survey methodology will be employed to ascertain the exact location of the deployed acoustic sensors. Using Global Positioning System (GPS) navigational data, the precise geographic location of the angle-of-incidence sensor stations can be determined as a final step prior to each test event and inserted into the measurement and tracking software. However, it is an objective that during actual testing the stations operate satisfactorily in the presence of GPS jamming. 4. The maximum allowable weight of both acoustic measurement stations and angle-of-incidence stations, i.e. when configured for use in the deepest water (100 meters) of the system design envelope, is 225 kg each. This moderate weight can be easily deployed and retrieved using equipment commonly installed on existing range craft, such as cranes, winches and U-frames. 5. In-water sensor stations will be constructed in a manner such that the risk of damage in the field will be minimized, but if damage should occur, components will be field repairable/replaceable. Durability of all components will be such that numerous deployments and recoveries are possible over the SILC life span (at least four deployments per year for 10 years). The stations must be field-configurable for deployment in water depths from 12 to at least 100 meters. All material to be placed in the water must be retrievable, with the exception of non-hazardous-material anchors. C. ACOUSTIC SUBSYSTEM REQUIREMENTS The following functional and performance requirements apply to the acoustic subsystem of the SILC. This sensor subsystem will be integrated with Government-developed signal and data processing components to satisfy the impact splash marking requirements established for SILC. A modular in-water acoustic sensor station design is desired that supports all of the following specific requirements: 1. Impact location accuracy of 5 meters or better over a minimum surface area of 300 x 800 meters (when used in conjunction with a suitable number of similar sensor stations and processed by a Government-furnished processing subsystem). The objective location accuracy is 1 meter. 2. Sensor position determination at time of test article impact to within 3 meter accuracy (when subjected to precise Government-furnished survey prior to test operations). The objective accuracy is 1 meter. 3. Capability to detect and locate the splash points of at least four near-simultaneous impacts 4. Acoustic sensitivity adequate to ensure reliable impact detection within the 90th percentile of measured in-water background noise distribution at anticipated shallow-water test sites 5. Sensor sensitivity sufficient to achieve splash detection with splash signal to background noise ratio of 20 dB (12 dB objective) 6. Operation in water depths of 12-100 meters or more, with current strengths of 2-4 knots and sea states up to 3 (0.6-1.2 meters significant wave height) 7. Survivability in sea states up to 4 (1.2-2.4 meters significant wave height) 8. Capability to operate unaffected by GPS jamming which may be in use during test events (desirable objective) 9. Operational endurance of not less than three days at 100% duty cycle (defined as support for at least 40 impact events per 24-hour period, without need for physical servicing) 10. Maximum weight of 225 kilograms and maximum volume of 12 cubic meters (including sensors and any required anchors, cables, surface buoys, power supplies, antennas and radios). D. ANGLE OF INCIDENCE SUBSYSTEM REQUIREMENTS The following functional and performance requirements apply to the angle-of-incidence (AOI) subsystem of the SILC. This subsystem will consist of both in-water sensor nodes and associated processing to determine the AOI and attitude of test articles at the moment of impact. The sensors used may be optical, electromagnetic or other, alone or in combination. Data output of the AOI subsystem will be provided to Government-furnished processing and display components. A modular in-water AOI sensor node design is desired, incorporating as much commonality with the acoustic sensor station design as possible, that supports all of the following specific requirements: 1. Coverage of the minimum required surface impact area (300 x 800 meters) with not more than four AOI measurement stations 2. Altitude coverage of at least 300 meters throughout the minimum surface impact area 3. AOI measurement accuracy of five degrees or less for munitions having fall angles of 45 degrees or greater (objective accuracy is one degree) 4. Sensor position determination at time of test article impact to within 3 meter accuracy (cross-range and down-range) and 10 meters (altitude). The objective accuracies are 1 meter and 5 meters respectively 5. Capability to determine the test article?s attitude (pitch and yaw angles) with respect to its trajectory with minimum accuracy of 10 degrees 6. Operation in water depths of 12-100 meters or more, with current strengths of 2-4 knots and sea states up to 3 (0.6-1.2 meters significant wave height) 7. Survivability in sea states up to 4 (1.2-2.4 meters significant wave height) 8. Capability to operate unaffected by GPS jamming which may be in use during test events (desirable objective) 9. Capability to determine AOI and attitude of projectiles with sizes as small as 5 inch diameter and 3 feet length and speeds from 100 knots up to mach 2. Capability to score or track projectiles beyond mach 2 is desired 10. Capability to determine AOI and attitude of at least four near-simultaneous impacts 11. Capability to determine approximate impact location independent of the acoustic subsystem for back-up/redundancy, and for validation of impact locations and time 12. Operational endurance of not less than three days at 100% duty cycle (defined as support for at least 40 impact events per 24-hour period, without need for physical servicing} 13. Maximum weight of 225 kilograms and maximum volume of 12 cubic meters (including sensors and any required anchors, cables, surface buoys, electronic components, power supplies, antennas and radios). E. SUBMITTAL INSTRUCTIONS ? Proposals are desired addressing technical approaches to the Acoustic Subsystem and Angle of Incidence Subsystem requirements. Offerors may address either or both subsystems. Separate proposals should be submitted for each. ? This announcement will be open for 45 days from date of publication. Proposals may be submitted at anytime during this period. Offerors must state that their proposals will be valid for 180 days from submission. Any classified information up to the SECRET level should be separated and forwarded to the Naval Undersea Warfare Division, Attn: Pamela Raposa, Code 10C, Building 990/1, 1176 Howell St., Newport, RI 02841-1708. ? Multiple awards may be made addressing either of the two technical areas (SILC Acoustic and Angle of Incidence Subsystems) included in this announcement. The Government reserves the right to select for award all, some, portions, or none of the proposals received. ? Foreign Participation & Disclosure Restrictions: This acquisition involves technology that has a military or space application. It is anticipated that foreign firms will be included as primes on this topic. ? All routine communication concerning this acquisition should be directed to Maria F. Goulart, Contracting Officer, (401) 832-6379, e-mail goulartmf@npt.nuwc.navy.mil. All technical related issues should be directed to Dennis Desharnais; email: desharnaisdf@npt.nuwc.navy.mil; mail address Naval Undersea Warfare Center, Newport Division, 1176 Howell Street, Code 74, Building 1351, 1st Floor, Newport, RI 02840. ? Proposals should be addressed to the Contracting Point of Contact (POC) stated above. This is an unrestricted solicitation. The North American Classification System (NAICS) code applicable to this acquisition is 541710 with 500 employees. ? Organizations wishing to participate should submit proposals (three (3) copies of the Technical/Management Proposal and one (1 ) hardcopy of the Price Proposal) along with one CD-ROM to the Commercial Acquisition Department, Building 11, Naval Undersea Warfare Center Division, Newport, Attn: Maria Goulart, Code 5911, Simonpietri Drive, Newport, RI 02841-1708 by 06 July 2004 2:00 P.M. ? Proposal length, exclusive of cost and pricing data, should not exceed twenty-five (25) 8? x 11 inch typewritten pages and should specify the technical area of concern addressed (i.e., Acoustic or Angle of Incidence). ? Each proposal should contain the offeror?s Technical Approach and a Statement of Capabilities. Offerors should identify proposed costs with a breakdown of cost elements such as direct labor, overhead, G&A, fee or profit, and any other significant cost factors, with separate pricing provided for each proposed SOW Work Breakdown Structure (WBS). Pricing should be based upon the assumption that work would begin no sooner than 60 days after proposal submission. The proposal should also contain offeror?s point of contact information. ? Subcontracting Plan Requirements: Offerors submitting proposals requiring a Subcontracting Plan in accordance with FAR 19.702 shall include a draft plan as an attachment to their cost volume. If an offeror has a comprehensive subcontracting plan, the offeror shall so state in their cost volume and provide a copy of the signature page of the Comprehensive Subcontracting Plan and any supplements to the plan, the identification number thereof and any pages identifying the subcontracting goals. Submitted plans must be approved by the PCO prior to contract award. ? Proposals containing data that is not to be disclosed to the public for any purpose or used by the government except for evaluation purposes shall include the following statement on their title pages: ?The proposal includes data that shall not be disclosed outside the Government and shall not be duplicated, used or disclosed, in whole or in part, for any purpose other than to evaluate this proposal. If however, a contract is awarded to this offeror as a result of, or in connection with, the submission of these data, the government shall have the right to duplicate, use, or disclose these data to the extent provided in the resulting contract. This restriction does not limit the government?s right to use the information contained in these data if they are obtained from another source without restriction. The data subject to this restriction are contained on sheets (insert page numbers or otherwise identify the sheets)?. Each restricted data sheet should be marked as follows: ?Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.? This statement may be in a small font and should be at the bottom only of each applicable page. ? All material submitted to NUWCDIVNPT under this announcement shall be considered Government property. The Government requires unlimited data rights with regard to any procurement, with the possible exceptions of (1) a negotiated position for data rights to existing concepts that may be further developed under a procurement and (2) for efforts conducted under a procurement with leveraged funds. ? The Government shall analyze proposals received in response to this BAA in order to identify and evaluate potential organizational conflicts of interest. If applicable, Organizational Conflict of Interest clauses shall be included in any resulting contract (see FAR 9.5). ? Specific deliverables, delivery schedule, and other terms will be negotiated with successful offerors. (End Part 1 of 2)
 
Record
SN00593141-W 20040528/040526212418 (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  © 1994-2020, Loren Data Corp.