Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 05, 2007 FBO #2139
SOURCES SOUGHT

A -- Advanced Tactical Laser Extended User Evaluation Support

Notice Date
10/3/2007
 
Notice Type
Sources Sought
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AAC - Air Armament Center, AAC/PK 205 West D Avenue, Suite 433, Eglin AFB, FL, 32542-6864, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-08-AAC-XR-SSN-001
 
Response Due
11/1/2007
 
Point of Contact
Lance Hannan, Contract Specialist, Phone (850)883-0184, Fax (850)882-3052
 
E-Mail Address
lance.hannan@eglin.af.mil
 
Description
Introduction: The 687th Armament Systems Squadron (ARSS) at Eglin AFB, FL anticipates acquiring residual laser weapon system hardware from the Advanced Tactical Laser (ATL) Advanced Concept Technology Demonstration (ACTD) program. The 687th ARSS is interested in sources that have the capability to effectively and efficiently maintain and operate the residual ACTD hardware to support an Extended User Evaluation of the system during FY08-10. The North American Industry Classification System (NAICS) Code for this effort is 541710; size standard 1000 employees. No solicitation is being issued at this time and this notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Background: The Boeing Company, under contract with US Special Operations Command, has developed a prototype airborne tactical laser weapon system based on a chemical oxygen-iodine laser (COIL) coupled to a turret-mounted beam control system. The system is installed in a NC-130/H test aircraft, and will become residual hardware at the conclusion of the ACTD in February 2008. The Air Force desires to conduct an Extended User Evaluation (EUE) of the prototype system to evaluate operational effectiveness against an extended target set; conduct aircrew familiarization training; and participate in flagged exercises, all of which will support decisions regarding further development. The primary task of the effort is to maintain the hardware in a condition capable of providing the required fluence of laser energy on a ground-based aimpoint from the airborne platform. An additional task is to recommend system performance improvements and implement changes if approved. The anticipated rate of usage of the system is approximately 6 flights per year for the high power system and an additional 6-12 flights per year operating only the optical control system. Given the limited number of high-power tests, reliable operation of the system during flight tests is imperative. Major hardware components include a chemical oxygen-iodine laser (COIL) with a sealed exhaust system, a beam control system coupled to a turret with a 50-cm aperture, and a 2-man fire control station. The COIL employs a jet oxygen generator which is designed to be used without diluent gas. Iodine is injected into the oxygen flow via a 2-D bank nozzle mixed with a small amount of nitrogen diluent. A separate flow of heated nitrogen is injected supersonically on both sides of the iodine/nitrogen flow which accelerates the overall mixed flow to approximately Mach 3.5. Power extraction is accomplished by a low magnification unstable resonator. The effluent is removed from the cavity by adsorption in finely divided carbon maintained near 77K. Liquid basic hydrogen peroxide (BHP) flows from a pressurized supply to a low pressure receiving tank and must be cooled and transferred back to the supply between laser firings. Responses: Responses should describe in detail the vendor?s experience and expertise in operating high-power chemical oxygen-iodine lasers, including alignment and operation of unstable resonators. Experience and expertise in operation, maintenance, and repair of an optical beam control system is also required. Response should describe the vendors capability to assess overall system performance, recommend cost effective performance improvements, and execute resulting hardware/software modifications. Experience with airborne systems is highly desired. Firms responding to this notice should provide a capabilities package which also indicates their business size in accordance with the size standard, company name, address, a point of contact and Federal CAGE Code. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Do not provide a standard company brochure, but a package which indicates experience and capabilities specific to the requirements identified in this notice. Potential teaming and/or subcontracting arrangements should be identified and responsibilities delineated. Responses are limited to 12 pages in length and must be received by November 1,2007. Technical questions should be addressed to Dr. Charlie Helms, 850-883-3215. Contractual questions should be addressed to Capt Lance Hannan at 850-882-0185. Email your capabilities package to lance.hannan@eglin.af.mil. An Ombudsman has been appointed to address concerns of offerors or potential offerors. The Ombudsman does not diminish the authority of the program manager or contracting officer, but communicates contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. When requested, the Ombudsman shall maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Matters of routine or administrative nature concerning this acquisition should not be addressed to the Ombudsman, but rather to the contracting point of contact identified above. The Ombudsman is Brig Gen Michael N. Wilson, AAC/CR. Alternate Ombudsmen is Col Brian D. Buell, AAC/CS. Contact information for both is 101 West D Avenue, Suite 116, Eglin AFB FL 32542-5495; 850-882-0662. See Numbered Notes 25 and 26.
 
Place of Performance
Address: Eglin AFB FL
Zip Code: 32542
Country: UNITED STATES
 
Record
SN01427790-W 20071005/071003223504 (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.