Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 03, 2002 FBO #0091
SOLICITATION NOTICE

A -- HARD TARGET INFLUENCE FUZE TECHNOLOGY (HTIFT)

Notice Date
3/1/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL - Eglin Research Site, 101 West Eglin Blvd Suite 337, Eglin AFB, FL, 32542-6810
 
ZIP Code
32542-6810
 
Solicitation Number
MNK-PRDA-02-0001
 
Response Due
3/15/2002
 
Archive Date
3/30/2002
 
Point of Contact
Martin Kradlak, Contract Specialist, Phone 850-4294x3411, Fax 850-, - Martin Kradlak, Contract Specialist, Phone 850-4294x3411, Fax 850-,
 
E-Mail Address
martin.kradlak@eglin.af.mil, martin.kradlak@eglin.af.mil
 
Description
The Air Force Research Laboratory Munitions Directorate Ordnance Division (AFRL/MNM) is interested in receiving technical and cost proposals for the development of Hard Target Influence Fuze Technology (HTIFT) to functionally defeat and/or deny access to facilities and areas. Proposals in response to this PRDA shall be submitted by 15 March 2002, 1500 hours Central Standard Time, to AFRL/MNK, Attn: Martin Kradlak, Bldg 13, 101 W. Eglin Blvd, Suite 337, Eglin AFB FL 32542-6810. Responses must reference solicitation number MNK-PRDA-02-0001. Proposals submitted must be in accordance with this announcement. Since this is a PRDA, there will be no formal request for proposal or other solicitation regarding this announcement. Offerors should be alert for any PRDA amendments that may be published. This is an unrestricted solicitation. Proposal receipt after the cutoff date and time specified herein shall be treated in accordance with restrictions of FAR 52.215-1(c)(3); a copy of this provision may be viewed at http://farsite.hill.af.mil/. Offerors may request a copy of the July 2000 AFRL publication entitled, "Broad Agency Announcement (BAA) and Program Research & Development Announcement (PRDA) Industry Guide." This guide was specifically designed to assist offerors in understanding the BAA/PRDA proposal process. The document may also be viewed and downloaded at http://www.wrs.afrl.af.mil/contract/Ind-gde.rtf. BACKGROUND: In many cases denying access or inhibiting function is the only viable method for attacking certain targets. In the past, unitary weapons have been utilized to deny access, but they could not be placed accurately at their intended target to accomplish their mission without the use of excessive numbers of weapons. Existing guidance kits are capable of providing the required accuracy of emplacement for larger devices. However, an influence fuze capable of being housed entirely within the aft 3" diameter fuze well is needed to completely fulfill the following requirements. REQUIREMENTS: The purpose of this solicitation is to obtain proposals to evaluate candidate technologies for the Hard Target Influence Fuze system, to design, fabricate and test a module capable of sensing and discriminating both military vehicles and clearing equipment from other vehicles, and to develop a preliminary design of the fuze system. The system design must show a path to a tactical fuze that will reside within a single cylindrical package which fits within the 3" diameter rear fuze well of inventory weapons is combatable with existing guidance kits, and survives anticipated impact forces. TECHNICAL REQUIREMENTS: This program will last approximately 42 months, during which time, the offeror shall perform a requirements analysis, prepare a preliminary performance specification, investigate candidate component technologies for the vehicle sensing and discrimination module, develop a preliminary Hard Target Influence Fuze system design, and build Bread Board Technology Demonstrator (BBTD) evaluation units of their sensing module. The BBTD evaluation units' performance shall be fully evaluated in contractor tests and these preliminary BBTD test results shall be delivered to the government within 30 days of test completion. Upon approval of the government, the HTIFT BBTD evaluation units' performance shall then be evaluated by the government in a series of shock survivability tests and vehicle sensing and discrimination tests. Upon completion of this testing, the contractor shall evaluate the results of the tests, refine the design, and build BBTD demonstration units based on the redesign. Upon approval of the government, the HTIFT BBTD demonstration units' performance shall then be evaluated by the government in a series of shock survivability tests and vehicle sensing and discrimination tests. A final technical report covering the component technology investigation, sensor module design, construction, contractor testing, and performance evaluation of the BBTD evaluation and demonstration units and the preliminary design and physical model of the fuze system shall be delivered to the government. The proposed HTIFT vehicle-sensing module must meet the following requirements: Detection and discrimination of military vehicles and large clearing equipment from other vehicles and the activation of the weapon at the point of closest approach within the weapon's lethal range. Maximized constant surveillance duration. Survivability of the shock loads associated with MK-82, MK-83, MK-84, and BLU-109 warheads (with inventory guidance kits) impacting targets ranging from soft soil to granite. The proposed preliminary fuze design must meet the following requirements: The potential to develop an influence fuze unit which will fit entirely within the 3" diameter rear fuze well of standard inventory weapons, utilizing existing guidance kits. The potential to power this fuze unit for the maximized surveillance duration using a power source which fits entirely within the fuze unit. Expected survivability of the shock associated with MK-82, MK-83, MK-84, and BLU-109 warheads (with inventory guidance kits) impacting targets ranging from soft soil to granite. Show a path to a tactical fuze. Meet the requirements of Presidential Decision Directive (PDD) 64 (http://www.fas.org/irp/offdocs/pdd-64.htm). DELIVERABLE ITEMS: The following deliverable data items shall be proposed: - Monthly Reports - BBTD evaluation units - BBTD Demonstration Units - Final Report - Preliminary Fuze Design Model REVIEWS: The contractors shall plan, prepare for, and conduct program reviews at 6 month intervals throughout the program. A Kickoff Meeting shall be held at the contractor's facility and a Final Review shall be held at Eglin AFB, FL. The remainder of the reviews will be held alternately at the contractors' facilities and at Eglin AFB, FL. SECURITY REQUIREMENTS: Performing this research will require the contractor to have access to US Government classified information at the SECRET level. Contact Martin Kradlak, AFRL/MNK, for copy of DD Form 254. OTHER SPECIAL REQUIREMENTS/CONSIDERATIONS: NONE ADDITIONAL INFORMATION: (1) Anticipated period of performance: The total length of the technical effort is estimated to be 42 months. The contractor shall also provide for an additional 30 days for processing/completion of a final report. (2) Expected Award Date: 01 May 2001. (3) Government Estimate: The government anticipates a single award at a composite program cost of approximately $1,095,000 with a funding profile of $120,000 (FY02), $375,000 (FY03), $295,000 (FY04), and $255,000 (FY05), but reserves the right to make no awards. The funding profile is an estimate and is not a promise for funding as all funding is subject to change due to government discretion and availability. (4) Type of Contract: Cost Plus Fixed Fee. (5) Government Furnished Property: Shock testing laboratory equipment and gun testing ranges and equipment. It is the offerors responsibility to identify any other equipment to be used whether contractor-owned and furnished or government-owned and furnished. If available, the government will assist in providing Government-owned property as appropriate. (6) For the purpose of this acquisition, the size standard is 500 employees (NAICS 541710). (7) Foreign Owned Firms are prohibited from participation in this acquisition. (8) Successful offeror will be required to provide an approved DD Form 2345, Export-Controlled DOD Technical Data Agreement, prior to award. PROPOSAL PREPARATION INSTRUCTIONS: (1) General Instructions: Offerors should apply the restrictive notice prescribed in the provision at FAR 52.215-1 (e), Restriction on Disclosure and Use of Data, to trade secrets or privileged commercial and financial information contained in their proposals. Proposal questions should be directed to the appropriate points of contact listed below. Offerors should consider instructions contained in the AFRL BAA and PRDA Industry Guide referenced elsewhere in this announcement. Technical and cost proposals, submitted in separate volumes, are required and must be valid for 180 days. Proposals shall be submitted in an original and two copies, or one electronic copy to AFRL/MNK and one electronic copy to AFRL/MNM (e-mail addresses listed below in Points of Contact section). All responsible sources may submit a proposal that shall be considered against the criteria set forth herein. Offerors are advised that only contracting officers are legally authorized to contractually bind or otherwise commit the government. Proposals shall not contain any classified data. (2) Cost Proposal: Adequate price competition is anticipated. The Volume 2 cost proposal must include as a minimum a man-hour breakdown by task; a cost element summary including labor, overhead, travel, G&A, etc.; an SF Form 1448 for the contract and a payment schedule for the entire program. (3) Technical Proposal: The technical proposal shall include a discussion of the nature and scope of the research and the technical approach. The technical proposal shall also include a description of the technical tasks proposed to be accomplished under the proposed effort and be suitable for contract incorporation. Additional information on prior work in this area, descriptions of personnel who will be participating in this effort shall also be included as attachments to the technical proposal and are not included in the page limit. The proposal shall contain a clearly delineated statement of work as a distinct section. Offerors should refer to the AFRL PRDA & BAA Industry Guide referenced elsewhere herein. Any questions concerning the technical proposal shall be referred to the Technical Point of Contact cited in this announcement. (4) Page Limitations: The technical proposal shall be limited to 25 pages (12 pitch or larger type), double-spaced, single-sided, 8.5 by 11 inches. The page limitation is applicable to all information except indices and the attachments described above. The government will not consider pages in excess of this limitation. Cost proposals have no limitations; however, offerors are requested to keep cost proposals to 30 pages as a goal. (5) Preparation Cost: This announcement does not commit the government to pay for any response preparation cost. The cost of preparing proposals in response to this PRDA is not considered an allowable direct charge to any resulting contract or any other contract. However, it may be an allowable expense to the normal bid and proposal indirect cost as specified in FAR 31.205-18. PROPOSAL EVALUATION: The selection of none or one source for contract award shall be based on scientific and engineering evaluation of the proposals in response to this PRDA to determine best-value potential for the entire program. Proposals will be evaluated as received using the following factors. No other evaluation criteria will be used in selecting proposals. Technical and cost information will be evaluated at the same time. The factors in descending order of importance are as follows: (1) Technical-The technical aspect, which is ranked as the first order of priority, shall be evaluated based on the following criteria, which are of equal performance: Understanding the Problem - Does the offeror demonstrate a thorough understanding of fuzing, safe and arm, and target identification and discrimination issues? Does the offeror currently work on these technologies? Does the offeror have competitive ideas for the solution of this problem? Soundness of Technical Approach - Does the offeror propose a comprehensive and in-depth approach to effectively identify, develop, and evaluate a sound technical approach for solving the problem? Are the tasks properly defined and arranged? Are sound concept verification techniques included? What is the probability of the proposed approach meeting the Government's technical goals? Soundness of Management Approach - Does the offeror demonstrate a clear, logical, and efficient approach to conducting all aspects of the program? Are responsibilities and communications between the offeror and consultants and sub-contractors clearly presented? Are responsibilities for security issues clearly assigned? Statement of Work (SOW) - Does the offeror present a clearly delineated stand-alone SOW that clearly implements the technical and managerial approach to be used and conforms to the proper legal verbiage of a SOW? (2) Offeror's Capabilities and Experience - The offeror's capabilities; related experience; record of research accomplishments in fuzing, safe and arm, and target identification and discrimination issues; facilities; techniques; key personnel; subcontractors; and/or a unique combination of these factors which are integral factors for achieving the Government's technical goals. Does the offeror identify and demonstrate program access to qualified personnel and all required equipment and facilities? (3) The Offeror's record of relevant past and present performance (4) Cost - The reasonableness, realism, and completeness of proposed costs for the total program. It is the policy of AFRL/MN to treat all proposals as privileged information prior to award, and to disclose the contents only for the purposes of evaluation. The offeror must indicate on the appropriate form any limitations to be placed on disclosure of information contained in the proposal. POINTS OF CONTACT: OMBUDSMAN: An ombudsman has been appointed to hear serious concerns from offerors or potential offerors during the proposal development phase of this acquisition. Routine or administrative questions should be directed to the Contracting Officer or Program Manager. The Ombudsman does not diminish the authority of the program director 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. Potential offerors are invited to contact AFRL/MN's Ombudsman, LtCol Mary Quinn, (850) 882-4294 ext. 3420, with serious concerns only. POINTS OF CONTACT: Technical Points of Contact: AFRL/MNMF Engineers, Ms. Amy E. Herrmann-Spears, 306 W. Eglin Blvd., Bldg. 432, Eglin AFB, FL 32542-5430, (850) 882-2005 X 225, Fax (850) 882-2707; e-mail: amy.herrrmann-spears.eglin.af.mil; and Mr. Timothy M. Tobik, 306 W. Eglin Blvd., Bldg. 432, Eglin AFB, FL 32542-5430, (850) 882-2005 X 216, Fax (850) 882-2707; e-mail: timothy.tobik@eglin.af.mil. Contracting Point of Contact: AFRL/MNK, Mr. Martin Kradlak, Contract Specialist, 101 West Eglin Blvd, Suite 337, Eglin AFB, FL 32542-6810; (850) 882-4294 ext 3411, Fax (850) 882-9599; e-mail: martin.kradlak@eglin.af.mil
 
Record
SN00034618-W 20020303/020301213159 (fbodaily.com)
 
Source
FedBizOpps.gov 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.