Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 26, 2005 FBO #1157
SOLICITATION NOTICE

A -- Broad Agency Announcement for nonlethal projectile

Notice Date
1/24/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army ARDEC, AMSTA-AR-PC, Picatinny Arsenal, New Jersey 07806-5000
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-05-T-0201
 
Response Due
2/28/2005
 
Archive Date
3/30/2005
 
Description
Broad Agency Announcement Introduction:The U.S. Army, Research Development and Engineering Command, Armament Research, Development and Engineering Center (ARDEC), Armaments Engineering & Technology Center (AETC), Weapon Systems & Technology Directorate, is soliciting concepts, for a nonlethal projectile that will provide an electrical area stun effect to temporarily incapacitate a small group of belligerents. The goal of the program is to explore concepts that could be the basis for a new nonlethal capability that would support the U.S. in future urban policing and combat situations. General Requirements: Proposals are solicited to design, manufacture and test prototype projectiles that will enhance the ability of the warfighter to engage belligerents with a new nonlethal option. The proposals should be in the form of White Papers that will describe how the contractor will investigate the feasibility and effectiveness of applying advanced technologies to achieve personnel incapacitation at extended ranges. The proposals shall address the tasks listed below.Specific Requirements, OBJECTIVE:To design, build and launch a prototype projectile that would deliver electrical energy to a small group of targets, as opposed to a point target, in order to (near instantaneously) incapacitate the targets in a non-lethal manner. DESCRIPTION,Currently, blunt trauma projectiles are used to incapacitate individuals but the energy delivered to the target decreases with range as the projectile loses velocity. Further, the effect on the target can be excessive for a small person or inadequate for a large, target. The use of stored electrical energy, acting as an electromuscular disruptor (EMD), will have relatively the same effect against an individual, when it impacts against that individual, regardless of range or target size. However, currently available EMD devices require the user to directly contact the target with the device or fire tethered darts that are limited to a distance of approximately 7 meters. The purpose of this effort is to develop a projectile that would be capable of delivering an EMD effect to a small group of individuals out to a range of approximately 100 meters. The projectile would derive its electrical energy from launch using conventional propellant, through the use of energy storage, or energy generation within the projectile. The projectile would not be tethered to the launching platform as in current versions of electrical incapacitation devices. Innovation is encouraged in how to store, generate, deliver, and vary the electrical energy to the target but the stated target effects are of greater importance. The preferred launch platform is the 40mm M203 grenade launcher but other standard platforms (e.g., 12 gauge shotgun, etc.) will be considered.Procurement Strategy: It is anticipated that contracts for the Phase I, in-lab proof of principle demonstration, will be awarded to the 2 candidates that submit the best White paper proposals. As a result of the Phase I efforts, 1 or 2 candidates will be downselected for Phase II prototype development and testing at a government proving ground. Candidates will be requested to submit formal contract proposals for their Phase II efforts at that time.Additional information: (1) Anticipated Period of Performance:Phase I: 6 months Phase II: 24 months (2) Phase I Expected Award Date: 31 Mar 05 (3) Phase I Government Estimate: Up to 2 contracts at $65K/contract (4) Phase I Type of Contract: Firm Fixed price (5) Phase I Government Furnished Equipment: None PHASE I:The contractor will research, design and manufacture a proof-of-principle projectile that will be able to rapidly deliver electrical energy to an area target in a non-lethal manner. The projectile would be self-contained and not tethered to the launching platform. The launching platform would be a 40mm M203 grenade launcher or a 12 gauge shotgun.The contractor will perform the following tasks. Task 1: Concept development. Establish areas of focus, top-level systems concepts and preliminary performance goals.Conduct an assessment of the technologies necessary to enable the proposed concepts to determine what technologies are available and their level of maturity. Research and detail the basic method of energy storage and/or generation. a) Research and detail the method of fuzing that may be used to cause the projectile to function between 30 meters and 100 meters from the operator. Task 2: Design the prototype projectile. Task 3: Manufacture prototype projectiles. A quantity of projectiles will be manufactured that is sufficient to demonstrate the effectiveness of the design. Task 4: Conduct an in-lab, proof of principle, demonstration in which the projectiles will be fired at a target and document the effectiveness of the projectiles. The projectiles may be functioned by methods that simulate typical projectile fuzing as the objective of this in-lab demo is to show the effectiveness of the concept rather than to design the fuzing method. Task 5: As a result of the demonstration, further develop the concept and submit a proposal with a ROM (Rough Order of Magnitude) cost for the Phase II effort. The results of the Phase I effort will be used to justify further funding of the concept. PHASE II: Develop and build a quantity of proof-of-principle prototype projectiles. These projectiles will contain all of the elements required for proper functioning of the projectile. A series of test firings will be conducted at a government approved test range to evaluate the projectile's effectiveness from 30 meters to 100 meters. The technical proposals should address the following:(1)Technical Concept and Approach: In this section, offerors should provide as much technical detail and analysis as is necessary or useful to support the technical approach and development they are proposing. If the offeror has a "new and innovative" solution to the problem(s), that solution should be presented in this evaluation. The preferred technical approach should be described in as much detail as is necessary or useful to establish confidence in the approach and enable thorough evaluation. The level of maturity of the concept should be stated. (2) Understanding the Problem: A successful program cannot be conducted without a complete understanding of the larger technology picture and intended end application. The proposal must convey an understanding of the technical challenges and limitations of the system under development and the intended application. This can be accomplished by citing previous attempts to solve similar problems and their subsequent shortcomings. A general discussion of how the proposed approach will overcome these shortcomings should be included for comparison purposes. Additionally, an overall summary of the technical issues addressed by this proposal needs to be included. A program plan should be included to present an orderly progression of the issues to be addressed.(3)Qualifications and Relevant Experience:The proposal should contain a summary of related experience and capabilities to perform design work and concept demonstrations. (4) Cost estimate: the proposal should include a cost estimate for the Phase I effort only and should include the following details. a.Direct Labor: The type of labor and number of hours must be accompanied by a narrative describing what each will do, why it is required and amount of hours each will consume to complete the task. b. Subcontractor: If applicable, Rationale as to why a subcontractor is required. The types of LABOR and NUMBER of HOURS must be accompanied by a narrative describing what each will do, why it is required and amount of hours each will consume to complete the task. If labor categories are the SAME as those negotiated on your Basic contract you must treat these as Direct Labor. c. Travel: What travel is required, to where and how many trips are required. (Only if applicable). d. Material, Types of material, quantity, and rationale why it is required. Basis for award, evaluation factors and approach:Awards will be made to those offerors whose proposal represents the "best value" to the government as reflected by the evaluation criteria established below. The government will weigh the relative benefit of each proposal and awards will be made based on merit rating with the merit rating being significantly more important than price. The Contracting Officer will perform an integrated assessment of the merit rating & price in making the source selection decision. Under "best value," the government reserves the right to award contracts to other than the lowest priced offeror or to other than highest technically rated offeror. Each proposal will be evaluated by a team of Government Engineers who will assign a rating based on their assessment of the offerors proposed concept approach. The ratings received for the evaluation factors described below will be combined into a merit rating. Price will be evaluated for reasonableness and cost sharing, if any, will be considered. Price will not be scored. If merit ratings are equal, price could become determining factor. Each of the areas and factors are listed below: Evaluation Criteria:1. Technical concept and approach (65%) - The concept should be based on sound engineering principles. The development path from concept to demonstration should be clearly stated. The projectile should be ballisticly similar to current 40 mm projectiles and should require little or no modification to the M203 weapon. 2. Understanding the problem (20%). - The proposal should demonstrate that the offeror understands the concept of EMD devices,ammunition and the technical possibilities and barriers to solving the problem. 3. Qualifications and Relevant Experience (15%): The proposal should show that the offeror has appropriate related experience and the capabilities to perform design work and concept demonstrations. Notice that the "White Paper" proposal is not required to include the Phase II system development program cost and schedule. Only the program cost and schedule for the Phase I effort needs to be included in the "White Paper." The contract period of performance will be 6 months for completion of all tasks for Phase 1 and 24 months for Phase II. Multiple awards are anticipated on a Firm Fixed Price Basis. The estimated level of funding expected per award is up to $65,000. Proposals are due on the FEBRUARY 28, 2005 at 1300 EST. Proposals will be submitted in electronic format using MS Word, MS Excel and MS Power Point compatible formats. Each part shall be as brief as possible, consistent with complete submission. The suggested length for the technical proposals is 5 to 15 pages. The cover page of the proposal should include the title, name and telephone number for the principal point of contact (both technical and contractual), and any other information that identify the proposal. The cover page should also contain the proprietary data disclosure statement, if applicable, as well as the proposal price. Any resulting contracts will contain appropriate FAR and DOD FAR Supplement clauses (and any implementation thereof) appropriate for the type of contract. Proposals shall be sent to Donna Apgar, EMAIL ADDRESS: dapgar@pica.army.mil by 28 FEBRUARY 2005 at 1300 EST, POC for this action is Donna Apgar, Contracting Officer, 973-724-3271. See Note 25 and 26.
 
Web Link
US ARMY TACOM-Picatinny Procurement Network
(http://procnet.pica.army.mil/dbi/Download/GoGetSolicitation.cfm?SolNum=W15QKN-05-T-0201)
 
Record
SN00739084-W 20050126/050124211913 (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.