Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 13, 2005 FBO #1417
MODIFICATION

A -- BROAD AGENCY ANNOUNCEMENT 2004 ARMAMENT TECHNOLOGY RESEARCH

Notice Date
3/21/2005
 
Notice Type
Modification
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
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-BAA-04-0001
 
Response Due
8/31/2005
 
Point of Contact
MiMi Martin, Contract Specialist, Phone 850-882-4294x3423, Fax (850)882-9599, - Brenda Soler, Contracting Officer, Phone (850)882-4294X3206, Fax (850)882-9599,
 
E-Mail Address
mimi.martin@eglin.af.mil, solerb@eglin.af.mil
 
Description
THIS IS A MODIFICATION TO A PREVIOUS NOTICE. The Air Force Research Laboratory Munitions Directorate, Flight Vehicles Integration Branch (AFRL/MNAV), is interested in receiving technical and cost proposals for the development and demonstration of a Massive Ordnance Penetrator (MOP) under Broad Agency Announcement MNK-BAA-01-0001, Flight Vehicles Integration Research. See the following for detailed requirements and proposal information. MASSIVE ORDNANCE PENETRATOR DEVELOPMENT & DEMONSTRATION Introduction: The Air Force Research Laboratory Munitions Directorate, Flight Vehicle Integration Branch (AFRL/MNAV) is interested in receiving proposals for the Massive Ordnance Penetrator (MOP) program. The proposals will be accepted under the Broad Agency Announcement (BAA) number MNK-BAA-04-0001; Armament Technology Research; topic entitled Flight Vehicles Integration Research. Proposal submittal deadline for the past performance volume is 4:00 PM Central Daylight Time (CDT), 2 Aug 04 and submittal deadline for the technical and price/cost is 4:00 PM CDT, 16 Aug 04. Submit 3 hard copies and 1 CD of all volumes to include past performance, technical and price/cost to AFRL/MNK, 101 West Eglin Blvd, Ste 337, Eglin AFB, FL 32542-6810. A confirmation of receipt will be generated when proposals are received. It is the offeror’s responsibility to ensure that confirmation of receipt is obtained by the proposal submittal deadline. Proposals submitted after the cut-off date specified herein shall be treated in accordance with FAR 52.215-1(c)(3), Instructions of Offerors – Competitive Acquisition. All proposals received will be reviewed and evaluated using the Proposal Evaluation Criteria found within this document. Background: This effort builds on the Massive Ordnance Penetrator (MOP) Phase I program. The objective of this phase was to perform a risk reduction effort for a large penetrating munition and to conduct a study to assess the potential for integration in the B-2/B-52 aircraft. The large penetrating weapon is being designed for the defeat of a specialized set of hard and deeply buried targets. The tasks of the first phase were to evaluate a case design, investigate explosive manufacturing concepts, refine and evaluate the control actuator system and define the guidance kit packaging. Trade studies were conducted on the aerodynamic configuration; fuze; guidance, navigation, and control (GN&C); guidance kit packaging; accuracy; and flight demonstration options. Performance predictions against targets were analyzed and a carriage and release concept was developed. Program Objective: The goal of the MOP program is to design and test a large penetrating munition, to demonstrate the weapon’s lethality against multi-story buildings with hardened bunkers and tunnel facilities and to reduce technology risk for future development. Technical Requirements: The MOP design will include the capability to defeat hard and deeply buried targets. It will be carried internally in a USAF B-2A/B-52 bomber and employed at high altitudes. The munition will attack targets at target altitudes of up to 10,000 ft. The munition will not exceed 30,000 lbs and will maximize explosive fill while maintaining structural integrity throughout the penetration event. The munition will be guided and have capability in GPS disrupted environments. The main tasks for this program are laid out below. The program will be structured as a concept refinement task order (TO) with additional task orders for each of the remaining tasks. It is envisioned that one contract will be awarded. TO 1 – Concept Refinement: TO 1 shall be performed upon receipt of Government authorization to proceed/contract award. The contractor shall perform a cost /performance analysis (of proposed MOP designs – including platform integration options), a penetrator optimization study, technology investment plan, and propose a Preliminary Design (PD). The contractoor’s authorization for limited reproduction and dissemination within Government agencies and National Laboratories for evaluation purposes only, as stated in FAR 52.215-1(e). (6) Preparation Costs: The cost of preparing proposals in response to this announcement is not considered an allowable direct charge to any resulting contract, or any other contract. It is, however, an allowable expense to the normal bid and proposal indirect cost specified in FAR 31.205-18. Offerors are advised that only the Contracting Officer is legally authorized to contractually bind or otherwise obligate the Government. The US Air Force reserves the right to award one, multiple, or no contracts based on the proposals received. (7) Data Rights: The Government is anticipating unlimited data rights to all data generated under this contract, to include drawings and results. The contractor is instructed to address data rights assertions, licenses, patents, etc., in the proposal. D--Basis for Award: Evaluation Criteria: White Papers and proposals will be evaluated as received, in accordance with their projected success in achieving the requirements and goals outlined in Section A—REQUIREMENTS, of this Amendment, utilizing the Factors and Sub-factors below. Additionally, a risk assessment will be made of the offers, and selections will be made based on the Best Value to the Government. Factors and Sub-factors are listed in descending order of importance, unless stated otherwise. Although Cost is less important than Technical, it is still considered a significant factor. Factor (1) Scientific/Technical Merit – Factors (1) and (2) below are of equal importance. Factor (1) includes: (a) Soundness of offeror’s technical approach and proposal (b) Satisfaction of program threshold technical requirements (Key Performance Parameters -- KPPs) (c) Demonstration of a risk-appropriate design to meet the MR ROKM requirements (d) Soundness of proposed test plan (including sufficient spiral development) (e) Maturity of technology proposed (must be transitionable) (f) Demonstration of understanding of the technical effort (g) Safety and Environmental considerations Factor (2) Capabilities and Experience (Including Past Performance) – Past and Present Performance includes, but may not be limited to, relevant product/program information and other information stated in the BAA, within the last five years. Although Past and Present Performance information may properly be included in the White Paper and/or Volume 1,Technical Proposal, and its page count, a list of pertinent contracts, experience, points of contact, phone numbers, etc., and any resumes, should be in a separate Appendix, which is not included in the White Paper or Technical Proposal page limitations. Factor (3) Cost – Reasonableness and realism of proposed costs. The total cost to be evaluated will include the cost of performing the contract, the cost of testing, and any applicable offsets for GFP or acquisition of data rights. Factor (4) SDB Participation – Small Disadvantaged Businesses (SDBs) are a specific subset of Small Businesses (SBs). Extent to which the contractor proposed or considered using SDBs will be evaluated. E--POINTS OF CONTACT: (1) Contracting and Cost Information: Ms. Linda Weisz, Contract Specialist, (850) 882-4294, ext 3405, linda.weisz@eglin.af.mil, or Ms Carol Abbott, Contracting Officer, carol.abbott@eglin.af.mil. Address and fax for both: AFRL/MNK, 101 West Eglin Blvd, Suite 337, Eglin AFB FL 32542-6810; and fax (850) 882-9599. (2) Programmatic/Technical Issues and Information: Program Manager, Ms. Tonya Savage, phone (850) 882-2141, ext. 2214; Fax: (850) 882-9790; e-mail tonya.savage@eglin.af.mil, or Chief Technical Manager, Dr. Kevin Jerome, phone (850) 883-0576, ext. 2212; Fax: (850) 882-2707; e-mail: kevin.jerome@eglin.af.mil. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (21-MAR-2005). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 11-OCT-2005, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/AFMC/AFRLERS/MNK-BAA-04-0001/listing.html)
 
Record
SN00914244-F 20051013/051011212427 (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.