Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 08, 2006 FBO #1747
MODIFICATION

10 -- Moving Target Weapon

Notice Date
9/6/2006
 
Notice Type
Modification
 
NAICS
336419 — Other Guided Missile and Space Vehicle Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272 47123 Buse Road Unit IPT, Patuxent River, MD, 20670
 
ZIP Code
20670
 
Solicitation Number
Reference-Number-N0001907P1AZ004
 
Response Due
9/18/2006
 
Archive Date
10/3/2006
 
Description
Description of Need: The Naval Air Systems Command (NAVAIR) is soliciting information from industry on the existence of a non-developmental capability that provides tactical flexibility to the warfighter, in addition to the ability to hit moving targets, for use on the USN F/A-18 A+C/D/E/F, JSF and AV-8B aircraft. NAVAIR anticipates that the solution would capitalize on existing direct attack inventories (GBU-12 Laser Guided Bomb (LGB) and/or GBU-38 Joint Direct Attack Munitions (JDAM)). Alternative solutions with affordable business cases will be considered. The purpose of this request for information (RFI) is to determine the availability of non-developmental solutions that have the potential to meet the stated objectives, to assess current industry experience and capabilities, and to support the possibility of a full and open competition to satisfy the objectives identified herein. NAVAIR intends to use the information provided in response to this RFI to aid in refining its acquisition strategy, budgeting assumptions and performance specification. Objectives: The Moving Target Weapon (MTW) will be capable of effectively engaging moving targets in any operational environment, day or night and in adverse weather. The target class should include, at a minimum: armored vehicles, mobile scuds, trucks, air defense systems, and small surface combatants. NAVAIR intends to procure the moving target capability in FY 2008. Although subject to change, at present, the Government envisions that the moving target weapon capability solution would include the following characteristics: a. A design based on current GBU-12 or GBU-38 architecture; b. GPS/INS, INS only and laser capability; c. Engagement range of 2-15 nm when released between 20-30K feet and .8-.9 Mach; d. A combination of accuracy and warhead effectiveness, utilizing a MK-82/BLU-111 warhead, that will provide sufficient single-shot lethality to ensure at least a mission/mobility kill; e. The weapon system would be reliable, maintainable and meet all requirements for deployment on CVN and LHA/LHD class ships as well as USN/USMC land bases; f. It would utilize existing weapons handling, loading and test equipment; g. The system must be affordable; and h. The weapon system would be capable of withstanding the environmental, temperature, vibration, and shock associated with shipboard and land based F/A-18A+C/D/E/F, JSF, and AV-8B aircraft flight operations without degradation in its capability. RFI Content: Any written response to this RFI shall be limited to no more than 25 pages. If the material provided contains proprietary information, please mark and identify disposition instructions (submitted data will not be returned). The response should include, but not be limited to, the following: a) A one page company history description to include; Small Business Administration (SBA) business size classification, major products, primary customer base, and point of contacts and their telephone numbers, who are able to discuss the material submitted; b) A description of the company?s past experience and performance of weapon systems similar to that outlined above; c) A description of the existing weapon system, as well as a description of the modifications that would need to be made to the GBU-12 or GBU-38 and/or aircraft in order to satisfy the objectives identified above; and d) Any other technical information the company deems necessary to aid the government in making an informed assessment. The technical responses should address, at a minimum, the following areas: 1. Weapon concept to include: (a) performance and capabilities; (b) employment concept; (c) targeting and operational considerations; (d) pros/cons and trade space with respect to desired attributes and draft requirements; and (e) potential for growth and/or modularity. 2. Impact of design alternatives on aircraft integration. 3. Assessment of risk and technology maturity level. 4. Tooling, test equipment, and production strategy. 5. Reliability, maintainability, and supportability. 6. Testing and verification requirements to include Modeling & Simulation capability to refine system performance and limitations. 7. Total Life Cycle costs and considerations. Submission Information: It is NAVAIR's intention to review the data and may schedule separate briefings with submitters. For planning purposes, the briefings are tentatively scheduled to be held at Eglin Air Force Base, Florida, between 03 and 05 October 2006. Final scheduling will be determined after the Government reviews the submitted RFIs. Written responses to this RFI shall be submitted no later than 3:00 PM Eastern Standard Time on 18 September 2006 to: Department of the Navy, Naval Air Systems Command, Attn: Mary Brutkiewicz, Air 2.4.4.3, 47123 Buse Road, Unit #IPT, Building 2272, Suite 453, Patuxent River, MD 20670-1547, Attn: Moving Target Weapon (MTW). Electronic responses are recommended and encouraged and should be submitted to mary.brutkiewicz@navy.mil. Additional Information: There is no commitment by the Government to issue a solicitation, make an award or awards, or to be responsible for any monies expended by any interested parties in support of the effort mentioned above. Information provided herein is subject to change and in no way binds the Government to solicit for or award a contract. If a solicitation is released it will be synopsized on the Federal Business Opportunities website located at http://www.fbo.gov/. For updates and additional information please refer to the NAVAIR website at http://www.navair.navy.mil/doing_business/open_solicitations. It is the potential offeror?s responsibility to monitor this site for the release of any follow-on information. This program may require a procurement effort in certain critical technologies/data that are not releasable to foreign firms. To participate, a foreign firm may be required to team with a U.S. firm that possesses a U.S. facility clearance with technologies/data safeguarding capabilities, inclusive of the authority to receive critical technology and/or data required to execute this program. Any resultant contractor teaming or license agreements between U.S. firms and foreign firms, to include employment of foreign nationals by U.S. firms, shall be in accordance with current U.S. export laws, security requirements, and National Disclosure Policy and shall require the prior approval of the contracting officer and foreign disclosure officer. The U.S. Government will provide foreign disclosure guidance to the U.S. firms. Questions regarding this RFI should be addressed to Mary Brutkiewicz (AIR-2.4.4.3), e-mail address ? mary.brutkiewicz@navy.mil, (301) 757-7049; and fax # (301) 757-7054.
 
Record
SN01135441-W 20060908/060906230400 (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.