Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 21, 2010 FBO #3070
SOURCES SOUGHT

10 -- Shadow Unmanned Aircraft Systems

Notice Date
4/19/2010
 
Notice Type
Sources Sought
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
AMCOM Contracting Center - Missile (AMCOM-CC), ATTN: AMSAM-AC, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
 
ZIP Code
35898-5280
 
Solicitation Number
W31P4Q-10-R-0142
 
Response Due
5/10/2010
 
Archive Date
7/9/2010
 
Point of Contact
Felicia Jones, 256-842-7141
 
E-Mail Address
AMCOM Contracting Center - Missile (AMCOM-CC)
(felicia.jones1@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The US Army Aviation and Missile Command (AMCOM) Program Executive Office (PEO) Missiles and Space (M&S), Program Management (PM) Joint Attack Munition Systems (JAMS), on behalf of the war fighter, seeks information from industry on weapons systems ready for production and suitable for integration on the RQ-7B with POP 300D laser designator payload Shadow Unmanned Aircraft Systems (UASs). Potential weapons systems must be ready to field within 12 months from the date of a potential contract award. The primary interest is in weapon systems approximately 25 lbs or less total system weight (to include munition, launcher, wiring, fire control interface, etc). The weapons system should be able to engage stationary and moving targets such as light vehicles and dismounted combatants in day and night conditions with low collateral damage when launched from a Shadow UAS flying at speeds of 60-70 knots and between 5,000 and 12,000 feet Above Ground Level (AGL). Terminal accuracy must be on the order of that demonstrated by currently fielded Semi Active Laser / Imaging Infrared / Millimeter Wave (SAL/IIR/MMW) weapons. The response needs to address the following: 1.Give a top level system description to include the munition and its weight, size, and warhead type; 2.Operational concept of weapon(s) integrated with Shadow UAS air vehicle and ground support systems; 3.Description of weapon integration (electrical, mechanical, and logical interfaces) on to Shadow UAS, to include integration requirements with data link systems, payloads, under-wing stores, Ground Control System, and weapon/store management system; 4.Characterization of weapon launch environment (holdback force, exhaust effects, safe separation) and assessment of safe operations when launched from Shadow UAS; 5.Identify unique interface requirements for the target acquisition subsystem; 6.Identify unique interface requirements for the launcher subsystem, including drawings and dimensions; 7.Identify production capacities to include production lead time and production history; 8.Identify warfighter interfaces. 9.Environmental survivability (MIL STD-810G) in worldwide conditions (AR 70-38); 10.Logistics support/training requirements (for example Identification of special or unique Support Equipment; any specific Packaging, Handling, Shipping and Transportation requirements; and any difference between CONUS and OCONUS handling; etc); 11.Design provisions to minimize integration impact to the existing fleet of Shadow UASs; 12.Engagement capabilities that include: engagement time, min and max ranges, rate of fire, off-axis launch capability, impact accuracy and collateral damage mitigation; 13.Lethality against the intended targets (include predicted strike geometry and information on warhead fuze); 14.Human factors required for weapons/ordnance handling and employment; 15.Munition and launcher weight; 16.Number of stowed kills; 17.Cost Estimates (estimated design prototype costs and estimated unit production costs for an assumed buy of 250, 500, 1000, and 2500 munitions and complementary launchers / wiring / stores management system); and 18.Provide an assessment of the Technology Readiness Level (TRL) of your product including key subsystems such as: the seeker or guidance mechanism employed; safe, arm, and fire device; etc. Substantiate TRL claims including descriptions of test and evaluation events associated with weapon design. Also provide and substantiate the Manufacturing Readiness Level (MRL) for your product. 19.Identify planned near-term (within next 6 months) test and demonstration events associated with your weapon system that may offer greater insight and/or substantiate improved TRL or MRL. In addition to the written description, summary information in a format similar to the annexes is desired. Items listed do not constitute evaluation criteria, and will be used for information purposes only. Responses to this RFI will be used for information and planning purposes only and do not constitute a solicitation. In accordance with Federal Acquisition Regulation (FAR) 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are responsible for all expenses associated with responding to this RFI. All interested parties are advised that the Government will not provide any form of compensation or reimbursement for the information provided. No contract or other binding instrument will occur as a result of this request for information. Therefore, all costs associated with the Request for Information submissions will be solely at the expense of the concern submitting the information. The Government may request additional information upon review. It is intended that this RFI will be open for 21 calendar days from date of publication. Information may be submitted by any governmental or non-governmental entity including commercial firms, institutions of higher education and with degree granting - program in science and/or engineering (universities), or consortia led by such concerns. The government encourages participation by small disadvantage business, hub-zone small business, women owned small business, veteran owned small business, and historical black colleges and university, and minority institutions. Responses to this RFI are Not-to-Exceed 15 pages in length on 8.5 x 11 paper with a font size no smaller than Arial size 10. Both the front and back of a page may be used for the 15 pages. A two sided page will be considered one page for the purpose of counting the 15 page limit. The following may be included and will not count toward your 15 page limit: cover page, table of contents and rear cover page. Responses to the annexes are not included in the 15 page limit. All information must be provided readable by MS Word 2003 or MS Excel 2003 or Adobe Acrobat and be provided with proper markings for unclassified and proprietary information. It is requested that no classified data be provided. If respondent believes a complete response would require classified information submission, please notify the government immediately so that proper actions by the government and contractor can be taken. Responses should be properly labeled handled and transmitted in accordance with the National Industrial Security Program Operating Manual (NISPOM). Note: If the interested party is a foreign concern, or if a US interested party has a team member or partner who is a foreign entity, then they will need to adhere to all International Traffic and Arms Regulations (ITAR) requirements. All submittals will be treated (and marked) at a minimum as For Official Use Only. No email submissions will be accepted. All information received in response to this RFI that is marked proprietary will be handled accordingly. Responses to this RFI will not be returned. It is requested that the best responses be provided no later than 5pm Central Standard Time 21 days from the date of RFI publication in the FedBizOpps. Responses must be submitted by means of five CDs or DVDs and two hardcopies, double wrapped in accordance with the NISPOM, to: U.S. Army Contracting Command Aviation and Missile Command Contracting Center CCAM-TM-T/Attn: Mrs. Felicia Jones Building 5303 Martin Road Redstone Arsenal, AL 35898-5000 All interested responsible businesses are encouraged to submit any questions relative to this Market Survey/Request for Information at any time prior to expiration of this RFI to (Felicia Jones) at 256-842-7141 or felicia.jones1@us.army.mil. Annex Request for Information (RFI) Annex 1. Weapon Characteristics Information Vendor _______ Point of Contact information ______________ 1.Aerodynamics a.Power-on and Power-off axial coefficient tables as a function of Mach number and angle-of-attack b.Normal Force coefficient tables as a function of Mach number and angle-of-attack c.Physical data describing the munition outer-mold line including fins, canard, and wing sizes 2.Mass properties a.Ignition Mass and Burnout Mass b.Component mass and size data for all major munition components c.Overall munition length and mass 3.Propulsion (if applicable) a.Thrust versus time table (specify sea-level or vacuum) b.Total and specific impulse for each phase (i.e. boost, sustain, etc.) c.Propellant Mass for each phase (i.e. boost, sustain, etc.) d.Nozzle Throat diameter, exit diameter and expansion ratio 4.Guidance and Control a.Identify guidance type: (SAL, RF, IR, or GPS/INS) b.Provide accuracy predictions (Circular Error 90%) in a variety of mission scenarios c.Narrative information describing fly-out guidance schemes and algorithms for extended trajectories beyond ballistic trajectory (including any special maneuver just after launch) d.Narrative information describing trajectory or mission specific variations for axial propulsion (if any) e.Equivalent closed-loop airframe time constant (include any variation over the flight envelope) f.Lateral steering acceleration Capabilities as a function of altitude and velocity g.Sensor description to include (as applicable): Field of regard and field of view limits; nominal frequency; size; aperture; laser code; etc h.Sensor acquisition range (nominal/unclassified) for a target Radar Cross Section (RCS) of 0 dBsm and/or a target IR signature with a 2m x 2m target size with a blackbody spectral density and a temperature of 25 deg C in the presence of a 0 deg C and a 20 deg C infrared (IR) background i.Interface requirements to support weapon employment Any constraints on the engagement solution including closing velocity, crossing angle, strike angle 5.Example Trajectories a.Series of trajectories that encompass the battle space including range, altitude, and velocity vs. time 6.Weapon System a.What systems has this weapon been integrated with? b.Demonstrated reliability? c.Has the weapon system been reviewed by the USN WSESRB, USAF NNMRB, Army Fuze Board, or similar weapon boards? d.What safety analyses have been conducted? 7.Stores Management Systems a.Size/Weight/Power/Cooling requirements of the avionics b.Has this SMS been integrated and flight demonstrated on any other platforms? c.Demonstrated reliability? d.What environmental qualifications have been conducted (MIL STD-461, MIL STD-464, MIL STD -810, ADS-37A-PRF, etc) e.What safety analyses have been conducted? 8.Aircraft Armament Equipment (Bomb racks/Launchers) a.Size/Weight/Power requirements b.What systems has this suspension equipment been integrated with? c.Demonstrated reliability d.What qualification testing has been conducted (MIL-STD-810) e.What design criteria was used (MIL-STD-8591/2088) Annex 2: Lethality Characteristics Vendor _______ Point of Contact information ______________ Provide an unclassified description of the lethal mechanism including a cross sectional view of the device. Include a description of the SAFE/ARM device (including SAFE/ARM environments) and note at what level the device has received military safety board approvals. Include a description of the fuzing device (HOB, impact, delayed, etc.) and note at what level the device has received military safety board approvals. For fragmenting warheads provide the warhead performance data in the following table: Fragment Warhead Fragment material (density if non-standard Material) Ejection Velocity Ejection Angles Fragment Configuration (i.e. Mass and Number) Z-data of Fragments (if available) Explosive Type and Weight Fuze Distance
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c31bcaaeabb86e6b9a29f250aaed2973)
 
Place of Performance
Address: AMCOM Contracting Center - Missile (AMCOM-CC) ATTN: AMSAM-AC, Building 5303, Martin Road Redstone Arsenal AL
Zip Code: 35898-5280
 
Record
SN02125550-W 20100421/100419234612-c31bcaaeabb86e6b9a29f250aaed2973 (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.