Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 04, 2006 FBO #1651
MODIFICATION

15 -- Laser Designator Payload Integration and Flight Testing for Shadow 200 Tactical Unmanned Aerial Vehicle (TUAV) - Modification of Previous Notice

Notice Date
6/2/2006
 
Notice Type
Modification
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
US Army Aviation and Missile Command (Missile), ATTN: AMSAM-AC, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
 
ZIP Code
35898-5280
 
Solicitation Number
W31P4Q-06-Q-0011
 
Response Due
7/15/2006
 
Archive Date
9/13/2006
 
Small Business Set-Aside
N/A
 
Description
The US Government intends to procure services to integrate and flight test up to two (2) laser designator payloads for the Shadow TUAV for system demonstration purposes. This integration includes two (2) Air Vehicles (AVs), one (1) Ground Control Station (GCS), one (1) Ground Data Terminal (GDT), one (1) Portable GCS (PGCS), and one (1) Portable GDT (PGDT). Payload Specifications are as follows: Payload Size: less than 10.3 inch diameter, With no external Electronics box and no more than a 7.5 i nch height inside the fuselage and no more than a 7.5 inch height below fuselage during take-off and landing. Payload Weight: less than 45 lbs. Payload Input Voltage & Avg/Max Power: 28V; less than 300W/300W. Command Interface: RS-422, 19.2 baud. Vi deo Out (switchable between EO & IR): RS170/NTSC. Gimbal Stabilization and laser spot stability on target: less than 50 micro-radians; 90% laser energy on 3.5x3.5 meter target at 3.5km slant range. Boresight Method: Min=Pre-flight boresight verifica tion method mandatory; Desired: in-flight operational status and boresight verification function. EO Sensor Specifications are as follows: Sensor Type: Color with near IR capability D/R Range (Det=1.5 cycles; Rec=4.5 cycles, 80% Pd/Pr) (DRI performance is based on 23km visibility day and 3.5m target): greater than 7.0km. ID Range (ID=9.75 cycles, 80% Pi): greater than 3.25km. IR Sensor Specifications are as follows: D/R Range (Det=1.0 cycles; Rec=3.0 cycles, 70% Pd/Pr)(DRI performance is based on a 4 .0 deg C delta T, 3.5m target): greater than 7.0km. ID Range (ID=8.25 cycles, 70% Pi): greater than 3.25km. Laser Designator Parameters are as follows: LD wavelength: 1.064 microns. Pulse energy: greater than or equal to 70mJ/pulse. Beam Divergence : less than or equal to 400 micro-radians Pulse Width: greater than or equal to 11 and less than or equal to 25 nanoseconds. Pulse Modes: PRF/PIM, Pulse rate programmable via the RS-422 interface with 10 bit resolution that supports pre-programmed inte rval rates, changeable via the command interface, pulse to pulse timing accuracy TBD. Duty Cycle: Minimum 20 percent; minimum 1.5 minutes continuous. Laser Range Finder Parameters are as follows: Eyesafe: Desired. Effective Range: greater than 7.0km . Accuracy +/- 5 meters. Laser Pointer Parameters are as follows: Wavelength: 800  900 nm, compatible with NVGs. Power Output: greater than or equal to 50 mW. Beam Divergence: less than or equal to 0.6 milli-radains. The payloads selected for integration shall be production representative prototypes that are form, fit, and functionally capable for demonstration within12 months after contract award. The prototype payloads will be evaluated against each of the payloa d specification elements stated above as well as their ability to integrate into the Shadow 200. The evaluation will consist of a laboratory payload characterization and a limited flight evaluation to determine the integrated payload and Shadow 200 per formance with respect to intended weapon systems. Integration of the Laser Designator Payload into the Shadow 200 TUAV shall include coordination with the Payload vendors, software and engineering changes required for the GCS to control both prototype pa yloads, and Weight and Balance Analyses for each installation to ensure that performance/safety specifications of the Shadow 200 system and the intended weapon system(s) are not denigrated by this integration. The System Demonstration phase shall include a flight test program with each Laser Designator Payload. Test plans shall be in accordance with DI-NDTI-805566. After each test phase or event, a test report shall be prepared in accordance with DI-NDTI-80809 . A minimum of five (5) hours of fli ght testing shall be conducted on each candidate system. Sensor performance (detection, recognition, and identification) in both EO and IR modes and laser performance (minimum laser pul se power, pulse width, beam divergence, and jitter control) will be evaluated. Primary considerations for payload evaluations are EO/IR performance laser performance (power, stability, beam divergence, pulse width, pointing accuracy, etc.), schedule, and cost. The Government, upon the recommendation of the Prime Contractor, will make the final selection of the laser designator payload vendor. Once the primary vendor for the system demonstration is selected, a Live Fire Test shall be conducted with the intended weapon system(s). The live fire test will demonstrate the ability of the Shadow 200 system with Laser Designator Payload to successfully designate a tank size target for intended weapons system(s), resulting in at least two hits out of three f irings. Range coordination, obtaining and providing test missiles, coordination of government lab test support, generation of Live Fire Test Plan, conduct of Test Readiness Reviews, Flight Readiness Reviews, and execution of the Test Plan shall be coor dinated between the contractor and the Joint Missile Program Office. Integration/Flight Testing/System Demonstration is planned as sole source to AAI (CAGE 97384), producer of the Shadow TUAV under Basic Ordering Agreement W31P4Q-05-G-0004. No later than fifteen (15) days after release of this announcement, Parties interested in subcontracting opportunities should contact AAI Corporation, 124 Industry Lane, Hunt Valley, MD 21030, Attn: Ms. Robin Deems, Procurement Staff Administrative Assist ant, deems@aaicorp.com, 410-628-3633 (phone), 410-628-3330 (fax). Interested parties must be able to provide prototype payload(s) that meet the requirements within one (1) year after award. See Note 22.
 
Place of Performance
Address: US Army Aviation and Missile Command (Missile) ATTN: AMSAM-AC, Building 5303, Martin Road Redstone Arsenal AL
Zip Code: 35898-5280
Country: US
 
Record
SN01061654-W 20060604/060602221124 (fbodaily.com)
 
Source
FedBizOpps 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.