Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 24, 2006 FBO #1854
SOLICITATION NOTICE

A -- BAA07-03 - Advanced Sighting System (One-Shot)

Notice Date
12/22/2006
 
Notice Type
Solicitation Notice
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
Other Defense Agencies, Defense Advanced Research Projects Agency, Contracts Management Office, 3701 North Fairfax Drive, Arlington, VA, 22203-1714, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
BAA07-03
 
Response Due
2/5/2007
 
Archive Date
2/20/2007
 
Description
BROAD AGENCY ANNOUNCEMENT (BAA) 07-03 Advanced Sighting System (One-Shot) CLOSING DATE: One year from the date of publication in www.fbo.gov; PROPOSALS FOR FIRST SELECTIONS DUE: 4:00 p.m., Arlington, VA local time, February 5, 2007. POC: Deepak Varshneya, DARPA/STO; Email: BAA07-03@darpa.mil; Website: http://www.darpa.mil/sto/solicitations/oneshot/index.htm The proposers are advised to obtain the Proposer's Information Pamphlet (PIP) associated with BAA 07-03 and take its additional requirements into consideration when formulating their proposals. The BAA and the PIP together constitute the full BAA for this project. PROGRAM OBJECTIVE AND DESCRIPTION: The objective of Advanced Sighting System (One-Shot) program is to enable Snipers to accurately hit targets with the first round, under crosswind conditions, at the maximum effective range of the weapon (RE). For this purpose, the system developed must provide a measure of downrange crosswind (wind) and range to target. This information will then be used to compensate the bullet trajectory to offset crosswind and range related bullet deviations resulting in substantially increased success of kill. The system must operate over a range of visibilities, atmospheric turbulence and scintillation, and environmental operating conditions and exploit novel technologies that address the overall requirements of this program. It is anticipated that the ultimate system culminating from this investigation and development will provide performance summarized in Annex to BAA 07-03 (Classified). The development work will be conducted in two Phases 1 and 2; with Phase 1 objective being "Feasibility Demonstration" while Phase 2 "Packaging of the System". It is recognized that crosswind has the effect of deviating the bullet trajectory producing offsets in the hit point. In some cases, a 10mph wind could produce a miss even at 400 meters while in other cases the deviation could be much worse, exceeding 3 meters at 1200 meters range. The deviation increases as the wind velocity and/or the engagement range increases. Current methods to compensate the bullet trajectory, under adverse combat conditions, are inadequate since they require a) a spotter to guide the shooter on target by observing wind velocity and direction, b) determining the hit point deviation from the aim point if the round results in a miss, c) guessing range to target, and d) the user to undergo intense field training. Typically for long range shots, it is desirable to profile the downrange wind instead of measuring an average value since wind can change at various points along the range. If the wind is profiled, it could increase the overall measurement time duration; introducing latency in measurements. Therefore the system must be able to optimize the required accuracy in a given measurement period and the number of profiled segments over the engagement range. Clearly, the greater the number of sampling segments, the better the anticipated hit accuracy. Topography, pressure and temperature should therefore be considered in the estimation of the number of profiled wind segments. Although substantial efforts have been made over the last decade in measuring crosswind, two approaches have been commonly used. These are, namely a) Laser Doppler Velocimeter (LDV) and b) Coherent Doppler Lidar. Although these techniques are useful for some applications, they do not seem to be adequate for this application. Proposers may consider any potential sensor technology, individually or in combination, or other effective sensor modalities which the Proposer considers to be technically superior or more affordable or both. Proposers are reminded that 1) the time urgency of the need argues for mature technologies rather than immature technology requiring many years of development, and 2) end system affordability in production argues against unduly complex and expensive sensor solutions and system architectures. PROGRAM GOALS: Phase 1 Goals (Base Program): In Phase 1, the Proposer shall demonstrate the feasibility of the concept for estimating crosswind velocity, direction and range to target by modeling / simulations and validating the hit point accuracy by developing sufficient hardware to conduct field measurements. At the end of Phase 1, the proposed approach must provide answers to the following questions: 1. Does the developed approach measure crosswind? 2. If so, can it measure crosswind to the maximum effective range of the weapon? 3. What is the measurement accuracy of the proposed system compared to other errors (weapon, riflescope magnification, in-line night sight, etc.)? 4. Is down range wind profiling required? How often? Does one need to measure wind in other directions? If not, what?s the error? 5. What is the maximum overall measurement time? Does it meet the CONOPS need? 6. Does the simulated hit point error agree with the field test data? 7. How accurately does the approach measure range to target? 8. How does it minimize clutter while ranging target? 9. What is the minimum and maximum offset error at various ranges and wind conditions? 10. How is the offset error signal presented to the user (shooter or the spotter)? Phase 2 Goals (Option 1): In Phase 2, the successful contractor shall package the crosswind measurement and compensation system into a prototype. The Size, Weight, and Power (SWAP) of One-Shot shall commensurate with battlefield operational and environmental requirements and interface with the weapon or spotting scope. The desired system, as a minimum, will include the sensing and display elements that will be fully integrated with a riflescope (desired) or spotter's scope. It is required that different methods and design approaches for integrating the One-Shot sensing and display technologies into the riflescope and/or spotting scope be identified, described and a plan provided to demonstrate manufacturing in volume along with cost matrix for the bill of materials (BOM). The Proposer must provide a concept design approach for packaging the various components culminating in a field deployable crosswind and range measurement system that is rugged, small, and lightweight and can operate for 100 hours on one battery charge. The contractor must provide the impact of integrating the proposed sensing and display system into the riflescope or the spotter scope on the battlefield concept of operation (CONOPS). Substantial deviations from the current field operational practices are discouraged. Minor changes that improve the efficiency and ultimately the overall performance of the mission should be described. These eventually will be provided as part of the training resources and instruction sets, and will be part of the deliverables for this effort. A SECRET facility clearance and a SECRET safeguarding clearance are required to perform as a contractor under this BAA. Organizations that do not have BOTH of these clearances may still perform under this BAA by teaming with an organization that does. DARPA requests proposals for the full scope of development (e.g., an end-to-end system designed by a team of multidisciplinary research organizations, plus an integrator for coordination and implementation support). Proposals addressing only individual component-level technologies will be considered nonresponsive to this BAA. This BAA shall remain open for one (1) year from the date of publication on www.fbo.gov. Although the Government may select proposals for award at any time during this period, it is anticipated that the majority of funding for this program will be committed during the initial selections. Proposers may submit a full proposal at any time up to the BAA closing date. In order to be considered during the initial round of funding, full proposals must be submitted to DARPA, 3701 North Fairfax Drive, Arlington, VA 22203-1714 (Attn.: BAA07-03) on or before 4:00 p.m., local Arlington, VA time, February 5, 2007. The Government intends to issue awards based on the optimum combination of proposals that offers the best overall value to the Government. The Government reserves the right to award without discussion. The Government reserves the right to select for award all, some, or none of the proposals received in response to this BAA. The Government also reserves the right to select for award some portion(s) of the proposals received; in that event, the Government may select for negotiation all, or portions, of a given proposal. The Government may incrementally fund any award issued under this BAA. This BAA affords proposers the choice of submitting proposals for the award of a Cooperative Agreement, Contract, Technology Investment Agreement, Other Transaction for Prototype Agreement, or such other appropriate award instrument. The type of procurement or vehicle is subject to negotiation. The government reserves the right to choose the type of contract instrument ultimately awarded. The Government encourages responses to this BAA by non-traditional defense contractors, nonprofit organizations, educational institutions, small businesses, small disadvantaged business concerns, Historically-Black Colleges and Universities (HBCU), Minority Institutions (MI), large businesses and Government laboratories. Teaming arrangements between and among these groups are encouraged. However, no portion of this BAA will be set aside for organizations of a specific business classification due to the impracticality of preserving discrete or severable areas of research in the technologies sought. Government/National laboratory proposals may be subject to applicable direct competition limitations, though certain Federally Funded Research and Development Centers are excepted per PL 103-337 Section 217 and PL 105-261 Section 3136. Any responsible and otherwise qualified offeror is encouraged to respond. EVALUATION CRITERIA: The criteria to be used to evaluate and select proposals for this project are described in the following paragraphs. Each proposal will be evaluated on the merit and relevance of the specific proposal as it relates to the program rather than against other proposals for research in the same general area, since no common work statement exists. In descending order of importance, the proposal Evaluation Criteria includes: (a) Technical Approach and Innovations that Best Meet the program objectives; (b) Potential Contribution and Relevance to the DARPA Mission; (c) Program Schedule that Minimizes Development Risks and Offers Mature Technologies Due to the Time Urgency of the Needs; (d) Proposer's Capabilities and Related Experience; (e) Technology Transition Approach and Manufacturing Plan; and (f) Cost Reasonableness and Realism. In accordance with FAR 35.016(e) the primary basis for selecting proposals for award shall be technical, importance to agency programs, and funds availability. Schedule and cost reasonableness and realism shall also be considered to the extent appropriate as described herein. Proposals may be evaluated as they are received, or they may be collected and periodically reviewed. NOTE: PROPOSERS ARE CAUTIONED THAT EVALUATION SCORES MAY BE LOWERED AND/OR PROPOSALS REJECTED IF SUBMITTAL INSTRUCTIONS ARE NOT FOLLOWED. SECURITY: The Government anticipates proposals submitted under this BAA will be CLASSIFIED. Guidance regarding the marking, packaging, and delivery of classified proposals is provided in the DD Form 254, Contract Security Classification Specification and Proposers Information Pamphlet (PIP) associated with this BAA. A SECRET facility clearance and a SECRET safeguarding clearance will be required to perform awards issued under this BAA. (Organizations that do not have both of these clearances may still perform under this BAA by teaming with an organization that does if the organization does not receive or generate classified material.) ADDITIONAL GUIDANCE: Additional details regarding program objectives, development and integration schedule, and milestone criteria are provided in a classified addendum to the associated program BAA. To receive the classified addendum, your organization's CAGE code must list both the facility and safeguarding clearances, as a minimum, at the SECRET level. Proposers are advised to email their Facility Security Officer's (FSO) name, phone number, secure fax number, and classified registry mailing address, and CAGE code to Mark.Doody@darpa.mil as soon as possible, in order to receive the classified addendum in time to prepare their proposal accordingly. The classified addendum will be sent ONLY to each organization's FSO. NOTE: Do not contact the contracting officer identified below with respect to this announcement. All questions should be sent to BAA07-03@darpa.mil.
 
Record
SN01202206-W 20061224/061222221112 (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.