MODIFICATION
A -- BROAD AGENCY ANNOUNCEMENT 2004 ARMAMENT TECHNOLOGY RESEARCH
- Notice Date
- 6/10/2005
- Notice Type
- Modification
- NAICS
- 541710
— Research and Development in the Physical, Engineering, and Life Sciences
- 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-BAA-04-0001
- Response Due
- 7/5/2005
- Archive Date
- 7/30/2005
- Point of Contact
- Janice Jones, Contract Specialist, Phone (850)882-4294, - Carol Abbott, Contracting Officer, Phone 850-882-4294x3404, Fax 850-882-9599,
- E-Mail Address
-
janice.jones@eglin.af.mil, abbottc@eglin.af.mil
- Description
- MR ROKM PART 1 - Multi Role Responsive Ordnance Kill Mechanism (MR ROKM) Program Special Amendment to MNK-BAA-04-0001 INTRODUCTION: The Air Force Research Laboratory Munitions Directorate, Ordnance Division (AFRL/MNM) is interested in receiving White Papers for the MR ROKM Program under this Special Amendment to Broad Agency Announcement (BAA) MNK-BAA-04-0001, for Armament Technology Research. AFRL/MN has been investigating directional warhead technologies for the past 8 years, culminating with the PIOS Phase II Program. The PIOS II program goals were to use novel geometry and initiation schemes to maximize the lethal effects of fragments aimed toward a point on an air target, and to increase the counter air lethality at increased miss distances. As an evolution of these technologies, AFRL/MNM now seeks the design of a kill mechanism with a dual role capability that would address a subset of stationary ground targets in addition to air targets. This kill mechanism is intended for use in a new dual role missile system. The focus of the MR ROKM Program is to maintain current counter air missile lethality while demonstrating effectiveness against stationary ground targets. White Paper submittals should reference ?MNK-BAA-04-0001? and the Research Topic ?Damage Mechanisms Research?. Where the instructions in MNK-BAA-04-0001 differ from the instructions in this Special Amendment, this document prevails. White Papers should not exceed 15 letter-size pages, with not less than 12-pitch type size, and should be submitted not later than 1:30 PM Central Time to AFRL/MNK on 05 July 05. It is anticipated approximately two of the White Papers may be selected for further consideration, and their originators may subsequently be requested to submit formal written technical and cost proposals, with the intent of negotiating approximately two contracts for the MR ROKM Program. Four hard copies and one electronic copy (on a CD or DVD) of the White Papers should be submitted to the AFRL/MNK Contracting office to the parties shown in Section E - item (1). Email submissions will not be accepted. A confirmation of receipt will be generated via email as White Papers are received, if an email address is provided with the White Paper. All submittals received will be reviewed and evaluated using the Evaluation Criteria found within this document. Offerors should be alert to any amendments that may be published. The Government reserves the right to amend due dates or other data as necessary. A--REQUIREMENTS: (1) Program Objective: The overall program objective is to design and demonstrate a multi-role kill mechanism that would defeat air targets and a subset of stationary ground targets. (2) Technical Requirements and Goals: The contractor?s design shall be based on the program objective and the requirements/goals. The contractor?s design shall, as a minimum, satisfy the technical threshold requirements and strive to meet the technical objective requirements. The program threshold and objective requirements are listed in a Key Performance Parameters (KPPs) / Down-Select Criteria chart available to qualified contractors (those that submit certified DD Form 2345). (3) Request Available Pertinent Data Package: Specific air target and ground target effectiveness requirements and other KPPs, lethality studies, target briefings, related technical reports, etc., relating to the technical requirements may be obtained by sending a certified copy of a DD Form 2345, Militarily Critical Technical Data Agreement, and appropriate clearance data, to Ms. Tonya Savage via e-mail or fax (see Section E ? Points of Contact, paragraph (2)). After acceptance of these items, this data package may be obtained in person or via mail, if a valid, non-P.O. box address is provided. (4) Program Tasking: This program is a technology demonstration of a reduced-size kill mechanism, which is intended to be used as the kill mechanism for the Joint Dual Role Air Dominance Missile (JDRADM) and possibly other air-launched weapon platforms. The overall goal of this program is to produce a realistic, transitionable design that provides appropriate consideration of risk. The contractor shall provide all items necessary (e.g., personnel, facilities, equipment, documentation, and expertise) to convey their ability to successfully plan, organize, execute, and manage this program. The program consists of, but may not be limited to, the following major tasks: (a) Design: The contractor shall design a kill mechanism that meets or exceeds the technical requirements. The contractor shall identify all materials to be used in the design. The safety aspects of the design shall be agreed upon by the contractor and the Government to increase the likelihood that the Air Force and Navy safety communities will approve the final design. (b) Analysis: The contractor shall conduct tests as necessary to predict/validate: (i) Penetration of the casing fragments/projectiles; (ii) Ability to direct a lethal density of fragments/projectiles about an aim point; (iii) Secondary kill mechanisms beyond penetration; (iv) Utilization of Insensitive High Explosive (IHE) if design preserves desired projectile flight and impact velocities; and (v) Relative effects of dynamics on the performance of items (i) and (ii), relative to warhead effectiveness. (c) Test Planning: The contractor shall develop and provide a test plan and the test schedule necessary to achieve the program objectives. The contractor?s technical proposal and cost estimates shall include all support costs for Government-provided test support and facilities, if they are required. The Government does not envision providing test facilities and/or equipment to support this effort. The test plan should achieve the program threshold and objective requirements, while providing the maximum amount of information with respect to the lethal effects of the MR ROKM design, including but not limited to fragment density on target, fragment penetration, fragment velocities, and heat and pressure generation and distributions. The test plan proposal may include a combination of scaled and/or full scale testing and environmental and/or laboratory evaluation tests, but must be within the program budget (specified in section B (4) of this document) and period of performance. The contractor shall identify all data collection requirements, instrumentation and/or methodologies necessary to evaluate the performance of each proposed test event. The contractor?s test plan shall be submitted to the Government for review and approval. The Government will have 7 working days to review and make comments to the test plan. The contractor shall plan to conduct design reviews appropriate to the stage of development with or without Government participation, and test readiness reviews as necessary. (d) Fabrication and Hardware Delivery: Test articles shall be built and delivered to the testing site according to the proposed test schedule. The method of transporting, number and type of inert and live test articles, and location to which they are to be delivered, should be explained. The contractor shall fabricate a sufficient number of test articles to accomplish all tests identified in the test plan, plus provide two (2) fully functional, complete test items for Government evaluation. (e) Testing: The contractor is responsible for all testing associated with this program. The contractor-generated test plan(s), as approved by the Government, shall become schedule milestones. For all tests, the contractor shall provide test support to include the following: support test planning meetings; oversee/conduct test article manufacturing and assembly, checkout, and upload of hardware; identify risk or potential problems and suggest improvements; record test setup; observe/conduct tests; collect data needed for evaluation of the ordnance package; document test results; explain use of test data to influence future iterations in a spiral design process. (f) Safety Reviews: The contractor shall support all Government safety reviews, including, but not limited to, documentation and manpower. (g) Final Report: At the end of each task, the contractor shall present all work performed on the MR ROKM contract in a technical report format. The final technical report shall be releasable to DoD and US DoD contractors only. The final report must be in sufficient detail to serve as a stand-alone document addressing the concept and technology evaluated, and the performance demonstrated. The final report shall include background information, design documentation and the evolution of the design, critical trade studies and analyses that have influenced design and analysis decisions, any special fabrication instructions/ notes, a summary of test events, test predictions, test results, post-test analysis and conclusions, an evaluation of tools used, assumptions regarding modeling and simulation, explanation of tool modification, evaluation of necessary actions to bring the kill mechanism to IM compliance, and rough cost estimate of the final design. In addition, risks of all major program elements (cost, schedule, technical) should be examined, including a summary of the diminishment of risks over the course of the program, addition/closure of risks, and which risks would persist post-program. Finally, include recommendations of the way forward for the technology, including what steps would be necessary to ensure ability to transition and a unit cost estimate for the current design. (h) Management: The contractor shall be responsible for meeting all requirements of this contract, including but not limited to, cost, technical, schedule, and security. The contractor shall communicate the technical and programmatic status through Data Requirements submissions discussed in Paragraph A(7) and scheduled meetings discussed in Paragraph A(8). The contractor shall provide technical risk assessment, program schedule and cost of contract. In addition to formal design reviews, informal program status interchanges (such as weekly teleconferences) are encouraged. The contractor shall provide technical risk assessment, program schedule and cost of contract. (i) Safety: The contractor shall have an operational risk management (ORM) plan in place for all aspects of manufacturing, assembly, setup, execution, and break down of the kill mechanism testing. Approval of this plan by the Government is required before testing occurs. (5) Design Requirements: The contractor is responsible for providing the detailed design of the MR ROKM kill mechanism. Design aspects included (but not limited to) are: assessments of lethality for each target of interest, lethality assessment source and executable software developed under this contract and corresponding results, hardware drawings, and detailed test data generated as a result of testing under this contract. Updates shall be provided to the Government in a timely manner. (6) Environmental Protection Requirements: During the design, assembly, and test effort, the contractor shall evaluate the potential environmental impacts associated with the fabrication and testing of the proposed kill mechanism design. Pursuant to Federal statutes, the contractor shall minimize the use/selection of hazardous materials and processes utilizing hazardous material to avoid or minimize generation of hazardous wastes as identified in 40 CFR 261. The contractor shall notify AFRL/MNMI of what hazardous materials are utilized during the contract, or would be required for the technology being developed. Additionally, the topic shall be discussed at the regular program reviews. If hazardous materials are used or generated during the program, the contractor shall be responsible for the identification, generation, and submission to the appropriate environmental regulatory authority, all technical data and documentation required to obtain approval for the use of hazardous material(s) in fabrication and/or testing, and disposal of any associated hazardous wastes. The contractor shall also be aware of, and bring to the immediate attention of AFRL/MNMI, any aspects of the contractor's development and test effort that might potentially affect or be affected by, international treaties related to chemical and/or biological materials (or their surrogates) or weapons, or related test facilities which simulate their production, storage, or test. (7) Data Requirements: The following data submittals are expected to be required for any contract(s) awarded. (a) Monthly status reports, including technical progress, programmatic information (such as major technical decisions), schedule, risk evaluation/mitigations, and appropriate disclosure of actual cost and labor expenditures. Each status report shall specifically address any patents or inventions identified and/or pending, as well as any proprietary data, methodologies and issues (DI-MGMT-80368). (b) Performance and Cost Report (DI-FNCL-80912 or in contractors format). (c) Contract Funds Status Report (CFSR) (DI-MGMT-81468 or in contractors format). (d) Contract Work Breakdown Structure (CWBS) (DI-MGMT-81334 or in contractors format). (e) Any and all analysis, technical data (DI-SAFT-80182B), safety data, Explosive Ordnance Disposal Data (DI-SAFT-80931A), Explosives Hazard Classification Data (DI-SAFT-81299), environmental data, and other documentation required for obtaining warhead component test approval(s), and for receiving, handling, buildup, testing, and storing of the warhead components, or the fuze, as appropriate (DI-MISC-81414). Design analysis reports necessary to facilitate timely approval of test clearances and safety documentation (DI- MISC-80711A; DI-NDTI-80809B; DI-GDRQ-80567A). (f) Development specifications and draft product performance specification(s). (g) Computer Software Product End Item (DI-MCCR-80700). (h) Test plan(s) and test reports for all significant testing (DI-NDTI-80566, 80809B). (i) Final Technical Report and a Technology Transfer Report (DI-MISC-80711A) must be delivered at the end of the program. The Final Report, which will be published in DTIC, must document the entire effort and must include relevant data and results from other technical data that would not otherwise be published. The Final Technical Report must be submitted electronically through secure means in Microsoft Word 2000 or later, or compatible format. The Government must be given authorization to read and write to the electronic document. The final report must fall within a 400 page limit. (j) A record (e.g., agenda, presentation materials, minutes, and tracking of associated action items) of required meetings (DI-ADMN-81249A, -81250A, -81373). (k) The contractor may propose additional elements or submittal of combined elements or Data Item Descriptions (DIDs) as appropriate for the proposed program. (8) Meetings and Reviews: The contractor shall host and conduct meetings throughout the program. The Government anticipates the following program meetings and reviews: Kickoff meeting within 3 weeks of contract start date at contractor?s facilities; Quarterly Design Reviews, alternating between contractor?s facilities and Government facilities at Eglin AFB: and a Final Program Review upon program completion, at Eglin AFB, FL. The contractor may propose an alternate schedule based upon proposed schedule milestones. Additional Program Reviews may be held at times coinciding with key program milestones or decision points, as deemed appropriate by the contractor and Government. The contractor may propose to conduct or participate in informal meetings with subcontractors, Government agencies, or third parties, as deemed appropriate to the program with prior notification of the program manager. Each In-Progress meeting and Program Review shall specifically address any patents or inventions identified and/or pending as well as any proprietary data, methodologies and issues. Contractor shall supply meeting minutes within 3 working days. (9) Proprietary Items: The Government prefers the proposed kill mechanism include no parts, materials, methods, or software that are proprietary. The offeror?s proposal shall identify any proprietary materials, products, software, or processes to be used by the prime or sub contractor or subcontractors in the performance of this program, and to address acquisition of data rights or licenses, or expected recoupment of development costs for those proprietary items that will be integral to the ordnance package design prior to contract award. (10) Security Requirements: There are portions of this program that may be classified. The contractor will follow AFRL security classification guidance or revisions to that guidance. As per foreign disclosure determination, no foreign participation is allowed at either the prime contractor or subcontractor levels. (11) Long Lead Items: Timely execution of the Program may require the purchase of long lead materials and/or hardware. Therefore, the contractor shall identify Long Lead Item requirements to the Government immediately after that need is recognized. (12) Safety: During all phases of the MR ROKM Program, the contractor shall be cognizant of all safety issues and safety requirements related to the design, fabrication and test of the ordnance package. The contractor shall be responsible for contacting and supporting, as necessary, any and all Government safety organizations that may have ordnance package safety oversight responsibilities, such that all safety considerations/issues are adequately addressed in a complete and timely fashion. (13) Risk: During all phases of the MR ROKM Program, the contractor shall identify and track all risks relating to the technical, financial, and schedule aspects of the program. The contractor is responsible for utilizing a Government-endorsed risk evaluation process, determining all major program risks, assigning values to those risks, developing mitigations for those risks, and periodically re-evaluating those risks after the mitigations are applied. The contractor shall make risk evaluation a component of all major technical reviews, and risk items/progress shall be discussed in monthly status reports. (14) Special Requirements: International Traffic in Arms Regulations (Export Control) applies. See continuation at MR ROKM Special Amendment Part 2
- Record
- SN00827462-W 20050612/050612190403 (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 |