Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 1,1995 PSA#1481

101 West Eglin Blvd, Ste 337, Eglin AFB FL

A -- DEMONSTRATION OF ADVANCED SOLID STATE LADAR (DASSL) SEEKER PROGRAM SOL MNK-96-0001 POC Contact Beverly Schaffer at (904) 882-4294, Ext 3523. The Wright Laboratory, Armament Directorate, Advanced Guidance Division is seeking sources to implement a research and development program to demonstrate critical solid state Laser Radar (LADAR) technology and associated autonomous target recognition algorithms for potential transition into developmental weapon systems such as the Small Smart Bomb (current Miniaturized Munitions Technology Demonstration), Joint Direct Attack Munitions (JDAM), Joint Standoff Weapon (JSOW), Anti-Materiel Sub-Munitions, Joint Air to Surface Standoff Missile (JASSM), and Dual Range Air-to-Air Missile, and as a product improvement for weapon systems such as the Tomahawk and AGM-130. The following describes the program as currently contemplated. The program is a 4-phased, 40-month effort, phases II through IV will be priced contract options. The first phase (6 months) will be a multiple contract award for preliminary conceptual LADAR seeker designs for eight weapon systems. After this phase, the program will be down selected to one or more contractor(s) to complete and test the chosen design(s). Phase one will consist of several tasks, that include: 1) Preliminary LADAR seeker designs for eight weapon systems, 2) Family of seeker design study to identify and maximize commonality among seeker designs, 3) Prioritized listing of common and pervasive technology developments needed to realize the family of seeker designs, and 4) Preliminary estimates of cost to develop and/or demonstrate those technologies that are recommended. During the second phase (approximately 12 to 18 months) the selected contractor will develop and/or demonstrate the highest priority LADAR seeker technology necessary to develop two of the preliminary seeker designs (the Small Smart Bomb, a precision direct attack weapon, and Tomahawk advanced cruise missile). Deliverables from phase II will include: 1) Breadboard seeker design(s), 2) Breadboard seeker(s), 3) Laboratory test reports, 4) Software documentation, 5) Digital seeker simulations, and 6) LADAR component technology development reports. The third phase (approximately 6 months) will produce detailed seeker point designs for the small smart bomb (precision direct attack) and th Tomahawk (advanced cruise missile) weapon systems. Deliverables from phase III will include: 1) Detailed seeker point designs, 2) Software documentation, 3) Digital seeker models and simulations, and 4) Test plans for laboratory, field and captive flight testing of the seeker(s). The fourth phase (approximately 12 months) will be hardware fabrication, testing and demonstration. Deliverables from phase IV will include: 1) Flight worthy brassboard LADAR seekers, 2) Laboratory test reports, 3) Validated digital simulations, 4) Testing, performed according to the contractor's test plan generated in phase III, and 5) Final seeker design and test reports. For planning purposes, the government anticipates a Pre Solicitation Conference at 0900 14 December 1995 at Eglin AFB, FL. The conference will consist of a general government presentation in the morning followed by private meetings with potential offerors during the afternoon of 14 December and morning of 15 December. Time slots of 1.5 hours each will be available and may be scheduled by interested contractors for private discussions with Government program personnel. Potential offerors should, as a minimum, possess and have demonstrated experience in air-to-air and air-to-surface weapons guidance including environmental effects, countermeasures, hardware fabrication, captive flight test demonstration and should possess knowledge and experience in developing and implementing autonomous target recognition algorithms to include target acquisition, identification, tracking, and aimpoint selection. Access and storage of classified material, up to and including ''SECRET/NOFORN/ WINTEL,'' is required. It is anticipated that foreign firms will be excluded from participation in this effort. Firms having applicable interest, capability and background should submit particulars in accordance with Numbered Note 25 to WL/MNK, 101 West Eglin Blvd., Ste. 337, Eglin AFB, FL, 32542-6810, FAX (904) 882-9599, Attn.: Beverly Shaffer. Responses to this synopsis must be received within 15 days from date of publication. All interested parties should respond to this notice. Program information distribution will be limited to DOD and DOD contractors only. Additionally, all potential contractors will be required to obtain export control certification from the Defense Logistics Center (DLSC) Battle Creek MI,49016-3412 (1-800-352-3572) in accordance with DOD 5230.25 priorto being provided access to unclassified data. Certification is accomplished using DD Form 2345, ''Military Critical Technical Data Agreement.'' This requirement for DD Form 2345 certification also applies to any subcontractors being given access to program information. For further information concerning technical aspects, contact Lt Kent Broome, WL/MNGS, 101 West Eglin Blvd, Suite 144, Eglin AFB, FL, 32542-6810 at (904) 882-9443, ext 1259. Direct all routine communication concerning acquisition to WL/MNK, Attn.: Beverly Shaffer, 101 W Eglin Blvd, Suite 337, Eglin AFB, FL 32542-6810 at (904) 882-4294, ext 3523 or FAX (904) 882-9599. Respondents of this notice will not be notified of the results of the evaluation of information submitted. This synopsis is for information and planning purposes only and does not constitute an IFB or RFP and is not to be construed as a commitment by the Government. After statements of capability have been screened, a solicitation will be issued to those prospective sources who, in the sole judgment of the purchasing activity, have the potential of successfully fulfilling the requirements of the planned contract. The solicitation may be in the form of a Program Research and Development Announcement (PRDA). Firms responding to this synopsis should state whether they are a small or small disadvantaged business concern as defined by FAR 52.219-1 and FAR 52.219-2 for SIC Code 8731, 500 people. The Air Force reserves the right to consider a small business set-aside based upon responses hereto. (0333)

Loren Data Corp. http://www.ld.com (SYN# 0007 19951130\A-0007.SOL)


A - Research and Development Index Page