Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 17, 2009 FBO #2790
MODIFICATION

14 -- Maritime Interdiction Missile Seeker

Notice Date
7/15/2009
 
Notice Type
Modification/Amendment
 
NAICS
336414 — Guided Missile and Space Vehicle Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272, 47123 Buse Road Unit IPT, Patuxent River, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
N00019-09-P7-ZD238
 
Archive Date
7/30/2009
 
Point of Contact
Kathryn L Volpe, Phone: 301-757-5929, BethAnne T Caccivio, Phone: (301) 757-7095
 
E-Mail Address
kathryn.volpe@navy.mil, bethanne.caccivio@navy.mil
(kathryn.volpe@navy.mil, bethanne.caccivio@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION (RFI) INTRODUCTION: This publication constitutes a Request for Information (RFI) notice pursuant to FAR Part 15.201(e). No formal Request for Proposals (RFP) or other type of solicitation will be issued. Follow-up questions may be asked of responders for clarification, but this will not indicate a selection of preference. This is not a commitment to fund any effort submitted in response to this request. The Naval Air Systems Command, Patuxent River, is seeking qualified sources that can provide seeker systems for target recognition, and sensor correlation and like technologies to determine the current technology and manufacturing readiness levels for integration into the Tomahawk Cruise Missile. This Request for Information is required to gather data on both active and passive seeker systems that can provide target recognition, discrimination, and positive identification of ships underway at sea. TECHNICAL, COST AND SCHEDULE INFORMATION REQUESTED: War-fighting Objective: The Tomahawk Weapons System Program Office (PMA-280) is exploring the potential development of a Maritime Interdiction missile variant for the U.S. Navy, which will require the integration of a seeker. Information provided via this request will be used to evaluate and assess the feasibility of a Multi-Mission Tomahawk (MMT) concept using the existing Tactical Tomahawk Block IV weapon system infrastructure (i.e., weapons control systems, mission planning systems, and launcher systems) that has added a moving target seeker, as well as an upgraded Weapons Data-link. The Tomahawk Block IV is launched vertically from surface ships, and launched both vertically and horizontally from submarines. The MMT flight profile will, depending on range, include an optimized profile outside the threat range of the firing unit (FRU) platform, and will transition to sea skim as required for threat avoidance. The MMT will have the ability to receive in-flight target updates to aid in locating the target for execution of the terminal phase. Seeker Requirements and Performance: The seeker must have the ability to acquire maritime targets, day or night, guide missile to target and provide target discrimination of various tracks and identification of the correct target within the field of view. The maritime interdiction search area (see Figure 1) is defined as a circle covering approximately 30 square nautical miles with a total of eight maritime (white and red) vessels operating inside this search area. The assumed scenario for a seeker enabled MMT engagement (from FRU to the target) will span (or exceed) 500 nm in a robust denied access environment due to electronic attack jamming. Complex electronic attack is expected for the missile during the endgame to include: •aggressive EA expected against the seeker from both the target and counter-targeting escorts in proximity to the target; •GPS jamming against the missile, again from the maritime target and counter-targeting or escort vessels; and •Weapons Data Link jamming against the missile and a Third Party Source which is providing real time target position updates to the missile. Additionally, it is anticipated that within the target area of uncertainty there will exist a cluttered littoral surface target environment that may include surface-ship decoys and an aggressive electronic radio frequency (RF) environment. The MMT seeker must be capable of searching a target area of uncertainty (TAU) resulting from an assumed target speed of 30 knots (maximum), taking into account the target location error (TLE) of the third party targeting source (P-3 LSRS, P-8, E-2, JSTARS, MH-60R, BAMS), and the loss of in-flight target updates to the missile for 5 minutes prior to missile arrival at the intended target. Respondents to this RFI should provide: •A description and assessment of the seeker(s) technology recommended for this application including: oDescription of the seeker aperture technology once interfaced with the missile, and oImpacts to aperture design to account for launch from three missile launch configurations. •A description of the risk areas in the sensor system development, integration, demonstration and manufacturing program phases. •An assessment of the Technology Readiness Levels (TRLs) of the critical technologies (in the sensor system and major subsystems components). •An assessment of the integration readiness of the critical technologies (in the sensor system and major subsystems components) with the Tomahawk missile and weapons system (i.e., control system and mission planning). •An assessment of the Manufacturing Readiness Levels (MRLs) of the seeker. •A detailed description of the range resolution of the seeker as well as field of regard required to recognize, discriminate, and identify ships at sea in the full range of environmental effects including: rain, fog, humidity, at full range of sea states. •A description of the speed regimes that the seeker is capable of operating in and the effects speed may have on the seeker capability to recognize, discriminate and identify ships at sea. •A description of the sensor technology capability to operate in a high threat environment consisting of electronic countermeasures and electronic support measures. •An assessment of the impact of an active/passive seeker on EO/IR/RF signature of the missile during entry into the target area. •A description of any seeker subsystem components (e.g. seeker-mode mission control processor) or functionality (e.g., image/target storage and recognition) that will be located in the missile outside the nose section. •A description of how the seeker will interface with the flight computer to provide steering commands and if there is a requirement for computer storage outside the seeker subsystem. •A description of how the seeker will be integrated into the pre-launch sequence which includes: checks of hardware and software; loading of missile flight software, mission data and strike data; and alignment of the Inertial Measurement Unit. •A description of sensor information processing requirements including the data buses, speed of bus, data rate needed, type and quantity of each data type across the interface, the data itself: (e.g. navigation position update versus steering commands), the type of target/image data, and storage required for target/templates. •If the seeker system is dependent on outside sources for track queuing or search pattern recognition, a description of the data rates and protocols, and the correlation algorithms used to find and maintain target tracking within an area of uncertainty. •If the seeker is dependent on a cooling system to operate, define the cool-down time and initialization time from the time the seeker subsystem is turned on until the seeker subsystem is ready for operation. •An analysis of the effectiveness of the seeker in acquiring, tracking and hitting the intended targets within the maritime interdiction search area defined in Figure 1. Although not part of this analysis, describe how the proposed seeker would be beneficial during the land-attack mode. •Identify seeker and subsystem maintenance requirements (calibration, cooling system re-charging, etc.), associated schedules, and data or analysis on useful life. Figure 1. Size Constraints: The seeker system is expected to be integrated within the existing space available in the Tomahawk Block IV missile nose section. The overall external dimensions of the nose section are approximately 20 inches in diameter at the aft end and 41 inches in length. The external contour of the nose section, looking from aft-to-forward ends, slopes inward toward the vehicle centerline forming a hemispherical-like point with an aerodynamic “chine” surface. The seeker subsystem must be located inside a sealed housing that is installed inside the nose section. The fuel volume displaced by the seeker housing will obviously result in a reduction of the current propulsive range of the Block IV missile. Therefore, it is operationally advantageous to keep the seeker housing volume as small as practical. Respondents to this RFI should provide: •A dimensioned drawing, schematic or other illustration of the seeker subsystem arranged in its sealed housing. •An estimate of the overall volume displaced. •A description of any changes necessary to the nose structure of the missile such as radome material or window for infrared seeker. Weight: The weight of the potential seeker system added to the front of the missile is expected to have some affect on the vehicle’s center of gravity (CG) characteristics. Ideally, the overall weight of the seeker system should be as low as practical. Respondents to this RFI should provide: •The total weight (in pounds) of the seeker system and a weight breakdown for the major components. •A drawing, schematic or other illustration of the seeker subsystem arranged in its sealed housing showing the approximate location of the assembly’s CG. Power Consumption: During the boost phase of flight the missile gets electrical power from the "CMA battery" which is a pyrotechnic activated lithium thermal battery. Within the battery are two independent cell stacks to power the regulated and unregulated buses. The CMA battery outputs DC power to the Power Filter Unit (PFU) before distribution to the missile components. During the cruise and terminal phases of flight, the Block IV missile is provided electrical power from an alternator. The alternator is an engine shaft mounted, three-phase permanent magnet generator. The Alternator Voltage Control Converter (AVCC) converts variable frequency AC power from the alternator into two DC voltage outputs used by the missile electrical system. Output No. 1 is a regulated 29V (29.0 Vdc +/- 1.0 Vdc) output, and Output No. 2 is a 40V semi-regulated (26V to 43V) output. Output No. 2 is loaded by switched loads such as the fin control system actuators and is much noisier than Output No.1. An electrical power analysis will have to be performed by PMA280 to assess the available margins in terms of amperage available without changing the existing electrical system. In order to facilitate such an evaluation, the electrical power requirements for a potential seeker system must be known. Respondents to this RFI should provide: •A narrative description of the seeker(s) electrical system including schematics, diagrams or graphs useful for conducting the evaluation described above. •The expected subsystem loads in terms of worst case amperages at specified voltage(s) (steady state and transient) across each seeker mode as applicable including: power-up, searching, passive and active operations, and imaging. •Possible sequencing/stepping of loads such that the load required during the missile phases of operation is minimal during: oPrelaunch for Built-in-Test (BIT) and image/target download; oBoost if needed at all; oCruise for cooling and possible image/target download with continuous BIT; oTerminal for full seeker operation. Environmental Conditions: Integration of a seeker subsystem into the Block IV missile will certainly involve some qualification or design validation testing. Existing information for a potential seeker’s capability to operate reliably in these environments will aid PMA280 in assessing the overall scope of testing required and the level of program risk. Respondents to this RFI should provide any applicable testing or analysis information relevant to sensor storage and operation while being subjected to the following environmental concerns: •Temperature extremes •Pressure extremes •Humidity •Rain •Snow •Sand and Dust •Wind •Salt Atmosphere •Salt Water Immersion •Acceleration •Transit Drop Shock •Transit Vibration •Stowage Vibration •Pre-launch Vibration •Boost and Cruise Flight Vibration •Pendulum Impact Shock •High Impact (i.e. Barge) Shock •Flight Acoustics •DC Magnetics •Electromagnetic Interference, Vulnerability, Compatibility (EMI/EMV/EMC) •Hazards of Electromagnetic Radiation to Ordnance Cost and Schedule: Respondents to this RFI should provide: •An estimate of non-recurring engineering cost of integration and demonstration in a representative captive carry environment that fully exercises the system capabilities to recognize, discriminate and identify ships underway at sea. Provide any assumptions made regarding government furnished property, facilities or other support. •An estimate of the seeker subsystem’s unit cost for a Low Rate Initial Production (LRIP) quantity of 40 units, followed by a Full-Rate Production quantity varying between 200 and 400 units per year on an annual procurement basis. •An estimated schedule for achieving TRL Level 6 in preparation for a system Milestone B review. Describe any proof of concept and integration level testing required to achieve TRL Level 6. •A top level description of a program plan and schedule for achieving a mature production program of the seeker. DISCLAIMER: This notice is not to be construed as an acquisition Request for Proposal (RFP), nor is any commitment implied on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this request. The Government does not intend to award a contract on the basis of this request or to otherwise pay for the information solicited. SUBMISSION OF RESPONSES: All parties that currently have or will have the capability to provide the above-described seeker capability and are interested in responding to this RFI should submit a summary white paper not to exceed 20 pages (including figures and tables). The white paper should be organized in a manner similar to the RFI contents. Additional supporting information may be submitted with guidance from the following information: •Any electronic copies of Microsoft Office files or printed hard-copy material pertaining to your company's current or future capability to supply the seeker, past sales and performance information for both Government and Commercial sales; and any other additional information that could be useful in determining your company's ability to meet the requirements. •The technical, cost and schedule information requested should be provided in as much detail as your company can provide in a format most convenient for the respondent. •Presentations to the government are welcome if the company desires to do so as part of their response. The requirements of the DoD Industrial Security Manual apply to all security aspects of this RFI. See the DoD Contract Security Classification Specification (DD Form 254) associated with this RFI for additional security information and guidance. Any conflicts real or perceived between the classification guides referenced in the DD Form 254 will be resolved by the TWS Program Office. Each interested respondent to this RFI shall provide their contact information as soon as possible to the Program Office to receive the classification guides and any other classified information related to this RFI. All information received will be reviewed and evaluated by the Tomahawk program office and systems engineering and technical assistance contract support personnel. The response period will be one month following release of the RFI. However, the Government reserves the right to accept responses that come in after the deadline published in this notice. Responses to this RFI will not be returned nor will respondents be notified of the results of the review. Information should be submitted no later than 14 August 2009 to the following address: NAVAIRSYSCOMHQ, Contracts AIR-2.4.1.5, Attn: Kathryn Volpe, 47123 Buse Road, Building 2272, Suite 256, Patuxent River, MD 20670 or via email to kathryn.volpe@navy.mil. Any party desiring to provide a briefing on their information submission should contact Kathryn Volpe at the above address. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine the availability and adequacy of potential business sources prior to determining the method of acquisition and issuance of a Request for Proposal including the use of any appropriate small business programs. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. This synopsis is for informational and planning purposes only and does not constitute a solicitation for bid or proposals, and is not to be construed as a commitment by the Government. The information provided herein is subject to change and in no way binds the Government to solicit for or award a competitive contract. Submissions to be submitted at the SECRET/NOFORN level of classification. Contracting Office Address: Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272 47123 Buse Road Unit IPT, Patuxent River, MD, 20670 Point of Contact(s): Kathryn Volpe, Contracting Specialist, Phone (301) 757-5929, Fax (301) 757-5946, Email kathryn.volpe@navy.mil Bethanne Caccivio, Contracting Officer, Phone (301) 757-7095, Fax (301) 757-5946, Email bethanne.caccivio@navair.navy.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00019-09-P7-ZD238/listing.html)
 
Record
SN01876994-W 20090717/090716001106-3cd175bc006637848067173121d3348c (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.