Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 09, 2010 FBO #3149
MODIFICATION

A -- Broad Agency Announcement: Selectable Output Weapon

Notice Date
7/7/2010
 
Notice Type
Modification/Amendment
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
N68936 NAVAL AIR WARFARE CENTER WEAPONS DIVISION DEPT.1 Naval Air Warfare Center Weapons Division Dept.1 429 E. Bowen Rd - Stop 4015 China Lake, CA
 
ZIP Code
00000
 
Solicitation Number
N6893610R0017
 
Response Due
7/29/2010
 
Archive Date
7/29/2011
 
Point of Contact
Robert Charlon 760-939-3382 Lea Ann Davis, 760-939-8197
 
E-Mail Address
Robert Charlon
(Robert.charlon@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is the Pre-solicitation Notice for the Naval Air Weapons Center Weapons Division (NAWCWD) Selectable Output Weapon Industry Day held March 2010. (Reference: Request for Information N6893609R0015). Responses to this Broad Agency Announcement are sought to develop and demonstrate technology that will enable a 500 lb class bomb with 2 or more cockpit selectable output modes using MIL-STD-1760 or other existing aircraft-to-weapon mechanical and electrical interfaces. Current and planned future Navy, Marine and Air Force manned and unmanned combat aircraft should be considered. It is envisioned that one output mode will have lethality comparable to the current BLU-111. It is also envisioned that one output mode will have as small of a collateral damage radius as possible consistent with maintaining a high degree of lethality against a variety of targets including, but not limited to personnel in the open and in buildings and stationary and moving unarmored vehicles!, assuming current Circular Error Probable (CEPs) and Target Location Error (TLEs). A key element of any technology pursued is that it shall not accidentally function in a higher collateral damage mode than desired or commanded. It is currently desired that the end product retain the overall aerodynamic shape and mass properties of the existing BLU-111 in order to maintain compatibility with precision guidance kits, JDAM (including Laser JDAM) and LGB, and minimize future integration efforts. It is highly desired that all explosive material be consumed or other wise rendered safe when the weapon is functioned regardless of output mode selected. The end product should be consistent with typical weapon design considerations such as Insensitive Munitions, fuze safety (MIL-STD-1316), energetic material qualification requirements (MIL-STD-1751) etc. The end product should be able to function reliably and safely after environmental extremes encountered during a normal military lifecycle and during normal operating extremes. The design should be focused to minimize production and lifecycle costs. A phased approach is required. Phase I will be a base contract. Phase II and Phase III are priced options. Phase I of this BAA will focus on analyses and testing to select or verify technologies and configurations that will meet a variety of potentially competing operational requirements. For Phase II, the intent is to focus efforts on maturing technologies of the various subsystems required to achieve selectable output and mitigate risk associated with transitioning the technology into the design having the same aerodynamic shape, mass properties and interfaces as the existing BLU-111. The purpose of Phase III is to integrate sub-systems to demonstrate a selectable output 500 pound class bomb with multiple outputs that can be selected by the pilot from the cockpit. This phase is to end with a technology that is at, or above, TRL 6. This notice constitutes a Broad Agency Announcement (BAA) as contemplated in FAR 6.102 (d)(2). A formal Request for Proposal (RFP)/ Solicitation will not be issued. The Naval Air Warfare Center, Weapons Division (NAWCWD) will not issue paper copies of this BAA. NAWCWD reserves the right to select and fund all, some, or none of the subsequent Proposals received under this BAA. NAWCWD provides no funding for direct reimbursement of proposal development costs. Any material submitted in response to this BAA will not be returned. It is the policy of NAWCWD to treat all Proposals as competition sensitive Bid and Proposal Information and to disclose their contents only for the purpose of evaluation. See enclosed attachment for specific submission and formatting information that must be followed when preparing proposals in response to this announcement. Awards to offerors of selected Proposals will be in the form of contracts. Therefore, Proposals submitted as a result of this announcement will fall under the purview of the Federal Acquisition Regulations (FAR). Questions and Answers: 1-Q) Are detailed costs required for all phases or only the first with ROM's for the other phases? 1-A) The government would like detailed costs for all phases. 2-Q) Can the government supply more detail on the down select evaluation criteria? 2-A) No. 3-Q) Does the system require use of FFCS? 3-A) No. 4-Q) Is the government willing to provide IM testing and arena testing as government furnished at government sites? 4-A) No. 5-Q) When will a complete list of Contract Terms and Conditions be provided? 5-A) At time of award. 6-Q) We assume this is intended to address significant subcontract effort. Is there a definition of subcontractor or is there a threshold value when the lower tier detailed cost proposal must be provided? 6-A) Please refer to FAR 52.204-10. 7-Q) How many days prior to the test will test plan review be complete? 7-A) 7 days. 8-Q) Can the government supply more detail on the relative proposal evaluation criteria of the items listed? 8-A) No. 9-Q) When will the interface control documents be available? Has the government considered establishing a data library or applicable documents for use of the contractor? 9-A) The Government does not plan to provide Interface Control Documents (ICD's) prior to contract award. The technical Data Package for a BLU-111 will be made available to successful bidders approximately 1 month after contract award if requested. An ICD may be developed as the program progresses. The government does not plan to establish a library. 10-Q) Are the ORDs for JDAM and LGB available to bidders to assist in understanding environmental requirements? 10-A) The government does not plan to provide the Ordnance Requirements Documents for the Joint Direct Attack Munition or Laser Guided Bomb. The government plans to develop and share more detailed requirements as the program progresses. Requirements will evolve and will be refined as the program progresses. 11-Q) Can the government provide a parts list with current Source of Supply for the BLU-111 components? 11-A) See Attachments 1 and 2 to this amendment. 12-Q) Does the Government plan to perform the conduct of Phase III arena test at a Government test site utilizing Government personnel to perform test activities? 12-A) The government does not anticipate performing the Phase III arena tests at a Government site or utilizing Government personnel to perform the test. * No Extension on Response Date*
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68936D1/N6893610R0017/listing.html)
 
Record
SN02197750-W 20100709/100707234551-0e293af08639573e29733473902d22d3 (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.