Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 05, 2006 FBO #1621
MODIFICATION

A -- Armament Technology

Notice Date
5/3/2006
 
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-06-0001
 
Response Due
6/5/2006
 
Archive Date
6/10/2006
 
Point of Contact
Christi O'Leary, Contract Specialist, Phone (850)883-2678, Fax (850)882-9599, - Brenda Soler, Contracting Officer, Phone (850)883-2680, Fax (850)882-9599,
 
E-Mail Address
christi.oleary@eglin.af.mil, solerb@eglin.af.mil
 
Description
A?INTRODUCTION -- MNK-BAA-06-0001B (Flash/Staring Ladar Seeker (SLS) Special Amendment) (Part 1 of 2): The Air Force Research Laboratory Munitions Directorate, Seekers Branch (AFRL/MNGS) is interested in receiving white papers for the Flash/Staring Ladar Seeker (SLS) Program under this Special Amendment to the Armament Technology Broad Agency Announcement (BAA) MNK-BAA-06-0001, Research Area 7 ? Laser Radar Component Research. The SLS program is one part of a coordinated set of technology development programs being initiated by AFRL/MN to enable the capabilities envisioned under the Area Dominance Integrating Concept (ADIC). The goal of the ADIC is to develop & transition technologies needed for a next-generation, persistent (i.e. loitering) munition capability to hold & deny area access. The SLS will provide persistent search function using high resolution 3D Ladar. In addition, the SLS will perform low false alarm rate target identification (ID). Upon positive target ID the AD munition will execute target attack. The challenge is to design a robust suite of technologies that will integrate into a low-cost solution. White paper submittals should reference ?MNK-BAA-06-0001B (SLS)?. Where the instructions in MNK-BAA-06-0001 differ from the instructions in this Special Amendment, this document prevails. White papers should not exceed 30 letter-size pages, using either Arial or Times New Roman font, with not less than 12-pitch type size, and should be submitted not later than 3 PM Central Time to AFRL/MNK on 5 Jun 06. White papers should include a Rough Order of Magnitude (ROM) cost for the SLS Program. It is anticipated that one of the white papers may be selected for further consideration, and the originators may subsequently be requested to submit formal written technical and cost proposals, with the intent of negotiating a cost plus fixed fee (CPFF) contract for the SLS Program. However that number could change, depending upon the Government?s needs and successful negotiations. Six 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 F ? Points of Contact, paragraph (1). Email submissions will not be accepted. A confirmation of receipt may 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 in Section E - Basis for Award. 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, and to make awards without discussions. B--REQUIREMENTS: (1) Program Objective: The objective of this effort is to develop and demonstrate a staring Ladar seeker (SLS) for autonomously guided munitions. The period of performance for this program is expected to be approximately 45 months. (2) Program Description: The future evolution of Ladar seekers is towards system architectures based on focal plane array (FPA) technologies, ranging and reflectance imaging techniques. This program will develop a FPA-based Ladar seeker and integrate newly developed Autonomous Target Acquisition (ATA) algorithms for use with future autonomously guided weapons. Such a development represents the next generation of Ladar seekers. A staring Ladar seeker will illuminate the entire field of view (FOV) and produce 3D imagery using a large array of detectors with the appropriate pulse capture electronics and a reflectance image. The FPA-based Ladar is expected to result in reduced cost, increased robustness, and improved seeker performance relative to existing raster scanned systems. Reduced costs will be realized through the elimination/simplification of the scanning mechanisms (currently 2 axis gimbals). Increased robustness will be realized through overall system simplification both mechanically and electrically. Improved system performance will be realized through increased frame rates, elimination of the need for motion compensation, and increased area coverage. In addition, with agile or electronic scanning techniques it is expected that staring Ladar seekers will provide a simultaneous search and track function due to its fast frame rates. Because this is expected to be a single contract award, potential offerors should, at a minimum, possess and have demonstrated experience in a variety of technology areas. Some of the key technology areas include laser physics, optical detector arrays, read out integrated circuit (ROIC) design, ATA algorithms, and system integration. The laser developed under this program must have sufficient output power to achieve the system signal-to-noise ratio (SNR) necessary for accurate 3D imaging at ranges commensurate with guided munition operation. (See Technical Annex) In addition, the laser operation must provide the range resolution (See Technical Annex) necessary to perform ATA functions with accuracy. The purpose of the optical detector array is to sense the laser energy reflected from objects, which may include non-cooperative targets, within the FOV. The detector array developed under this program must be large enough to cover the FOV (See Technical Annex) while providing sufficient number of pixels on target (at range) to successfully perform the ATA functions encountered in autonomously guided weapon operation. The detector array must have adequate sensitivity such that, when combined with the received laser power, a reasonable amount of return signal is detected and accurate 3D imaging can occur. Clearly, the offeror must understand and be able to provide and defend a detailed system SNR analysis. The system SNR is a strong function of the seeker design and components chosen and directly impacts seeker performance. Also, the responsivities within the detector array must be sufficiently uniform across the pixel field or non-uniformity corrections (NUC) will be required to accurately measure range, intensity, and then perform the necessary ATA functions. Finally, it is important for the offeror to be able to present and defend detector designs that meet the bandwidth requirements associated with the range resolution and accuracy needed (See Technical Annex). The purpose of the ROIC is to accept the output of the detector array and, through appropriate circuit design, perform amplification if necessary and determine accurate range and intensity values at the pixel level. The range and intensity values are then sent to a processor that performs the ATA functions. More advanced ROIC designs may include logic for multiple returns within the same pixel and/or fully sample the detector output at the pixel level. The purpose of the ATA algorithms is to accept the parallel data stream output from the Ladar sensor, process that data, and pass on decision-based information to various seeker controls. As part of that decision-based process, the ATA algorithms are required to perform target acquisition, classification, identification, and aim point selection. Each of these capabilities is a strong function of range to target, range resolution, and pixels on target. Adequate system integration plays a key role in this effort. AFRL/MNGS has invested almost $10M in developing and demonstrating staring Ladar seeker technologies. Under this effort, the final deliverable will have to meet minimum performance factors (MPFs) including a volumetric constraint commensurate with integration to a precision guided weapon. The MPFs are available to all qualified contractors. Reference paragraph (6) Request for Technical Annex in C--Additional Information. (3) Test Support: The contractor shall be responsible for all test plans necessary for the maturation and demonstration of the hardware and software products to be tested. Contractor-generated test plans, as approved by the Government, are expected to become schedule milestones. For tests being conducted at Government facilities, the contractor shall be responsible for providing technical support, analysis, data and test planning support to the identified responsible Government test organization. The contractor shall provide test support to include the following: support of test planning meetings; test setup advice; test article build up; checkout; installation of hardware; instrumentation package support required documentation for testing; identification of risk and suggestion of improvements; record test setup; data collection for evaluation of results; post-test analysis and test result documentation. It is expected that ground-based tests will be conducted. (4) Program Tasking: This development effort will consist of a baseline effort and two priced options. The baseline effort will include modeling & simulation and design activities supporting preliminary design and critical design milestones. Option 1 will include subcomponent fabrication, laboratory testing, and final system-level design. Option 2 will include system integration & ground-based testing. In order to proceed to Option 1 and Option 2 of development, the offeror will be required to meet AFRL/MNGS defined criteria as outlined below. (a) Baseline effort to Option 1 gate: The criteria to proceed with Option 1 will be based on the soundness of the design approach as well as ability to address the system requirements and applicable parameters described in the technical annex. The Critical Design Review (CDR) will be the decision point to continue with Option 1. (b) Option 1 to Option 2 gate: The criteria to proceed with Option 2 will be based on subcomponent verification testing and soundness of the final system-level design. If given approval to proceed with Option 2, the contractor will complete the system level integration and demonstrate the seeker in ground-based tests. (5) 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 Section/paragraph B(6) and scheduled meetings discussed in Section/paragraph B(7). 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. (6) Data Requirements: The following data submittals are expected to be required for any awarded contract. (a) Periodic status reports (Status Report: DI-MGMT-80368/T) (b) Contract Work Breakdown Structure Cost/Schedule Breakdown Structure: DI-MGMT-8133B/T. Contractor format is acceptable. (c) Performance and Cost Report: DI-FNCL-80912. Contractor format is acceptable. (d) Contract Fund Status Report (CFSR): DI-MGMT-81468. Contractor format is acceptable. (e) Project Planning Chart (Detailed Integrated Master Schedule): DI-MGMT-80507A/T) Contractor format is acceptable. (f) Program review agenda, charts, minutes (Conference Agenda: DI-ADMN-81249A; Presentation Material: DI-ADMN-81373/T; and Conference Minutes: DI-ADMN-81250A) Contractor format is acceptable. (g) Design drawings (Developmental Design Drawings and Associated Lists: DI-SESS-81002D) Contractor format is acceptable. (h) Test plans (Test Plan: DI-NDTI-80566) (i) Test data (Test/Inspection Report: DI-NDTI-80809B) (j) Hardware / software (i.e., simulation models) developed or purchased under contract (Computer Software Product End Items: DI-MCCR-80700) (k) Final technical report (Scientific and Technical Reports (Final Report): DI-MISC-80711A/T) 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. (l) The contractor may propose additional elements or submittal of combined elements or Data Item Descriptions (DIDs) as appropriate for the proposed program. (7) Meetings and Reviews: The Government anticipates the following program meetings and reviews: Kickoff within two weeks of contract start date at contractor?s facilities; A preliminary design review (PDR) will be held at the contractor?s facility. The critical design review (CDR) will be held at Eglin AFB and will represent the first decision point for proceeding to Option 1. It is expected the Source Selection Authority will be present. The PDR and CDR will be held at appropriate times during the execution of the program. The subcomponent verification meeting will be held at the contractor?s facility and results will be presented shortly thereafter to the Source Selection Authority for approval to proceed with Option 2. All other technical interchange meetings/reviews will be held at locations that alternate between the contractor?s facilities and Eglin AFB. At program completion, a Final Program Review will be held at Eglin AFB, FL. The contractor may propose to conduct or participate in other meetings with subcontractors, Government agencies, or third parties, as deemed necessary. (8) Proprietary Items: The Government strongly prefers the proposed SLS include no parts, materials, methods, or software that are proprietary. The offeror?s white paper and proposal shall clearly identify any proprietary materials, products, software, or processes to be used by the prime or subcontractor(s) in the performance of this program. The white paper and proposal shall clearly and fully address acquisition of data rights or licenses, or expected recoupment of development costs for those proprietary items that will be integral to the SLS prior to contract award. (9) Security Requirements: This effort is not expected to be classified. Thus, a DD254 is not expected to be required. However, based upon the proposed technical approach, the Government will provide the appropriate Security Classification Guide(s) should it be determined applicable. (10) Special Requirements: International Traffic in Arms Regulations (Export Control) applies. NOTE: THIS IS PART 1 OF 2. SEE MNK-BAA-06-0001B PART 2 OF 2.
 
Record
SN01039958-W 20060505/060503220542 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.