Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 13, 2007 FBO #2208
SOLICITATION NOTICE

A -- DEVELOPMENT FOR PRECISION ENGAGEMENT AND FIRE CONTROL TECHNOLOGIES

Notice Date
12/11/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
N00164 300 Highway 361, Building 64 Crane, IN
 
ZIP Code
00000
 
Solicitation Number
N0016408RJS14
 
Response Due
12/31/2008
 
Archive Date
1/31/2009
 
Point of Contact
JD Martin 812 854-3723 Contracting: James D. Martin, 812-854-3723 Technical: Dr. Robert B. Cruise, NSCW Crane, Code JXSL, email robert.cruise@navy.mil , 812 854-8671
 
E-Mail Address
Email your questions to TO EMAIL POC
(james.d.martin@navy.mil)
 
Description
N00164-08-R-JS14 BROAD AGENCY ANNOUNCEMENT (BAA) RESEARCH AND DEVELOPMENT FOR PRECISION ENGAGEMENT AND FIRE CONTROL TECHNOLOGIES N00164-08-R-JS14-BROAD AGENCY ANNOUNCEMENT (BAA) RESEARCH AND DEVELOPMENT FOR PRECISION ENGAGEMENT AND FIRE CONTROL TECHNOLOGIES- FSC AZ10- NAICS 541710 This synopsis is being posted to both the Federal Business Opportunities (FBO) page located at http://www.fbo.gov and the Navy Electronic Commerce on Line (NECO) site located at https://www.neco.navy.mil/. While it is understood that FBO is the single point of entry for posting of synopsis and solicitations to the internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by the NSWC Division Crane. POINT(S) OF CONTACT: Contracting: JD Martin NSWC Crane, Code 0564, e-mail james.d.martin@navy.mil, 812 854-3723 Technical: Dr. Robert B. Cruise, NSCW Crane, Code JXSL, email robert.cruise@navy.mil , 812 854-8671 Naval Surface Warfare Center Crane Division is interested in receiving white papers which offer potential for advancement and improvement of the precision of crew-served weapons and small arms. There is an urgent need for components, systems, or algorithms/software capable of substantially reducing fires error for unguided munitions in small-unit dismounted (foot-mounted) operations, often within challenging urban environments. Both expeditionary warfare and special operations require such components and systems of high accuracy/precision, of minimal size, weight, and power requirements (SWaP), of ruggedness appropriate for the dismounted warfighter, and of cost consistent with widespread military employment. Topics of Interest Responses addressing one or more of these topics are welcome. The following topics are areas of current interest: 1. Topic A ? Weapon aiming technology The accurate aiming of dismounted weaponry with respect to true north is critical to precision engagement. A weapon aiming system is needed that is capable of determining weapon azimuth with respect to true north with a 5 mil (~ 5 mrad) accuracy (1 sigma) or better within 60 degrees N/S latitude. The system shall be suitable for mounting on an 81 mm mortar and of SWaP and ruggedness appropriate for the dismounted warfighter/weapon operating under challenging physical conditions. The mortar-mounted system shall withstand or be isolated from the shock imparted by the firing of mortar rounds, and shall operate continuously and accurately throughout the firing of rounds. Upon power-on, the system shall achieve alignment with respect to true north in less than 180 sec and thereafter shall accurately track weapon azimuth with respect to true north in accordance with the 5 mil accuracy requirement, with minimum azimuthal drift, and requiring only very occasional realignment. At any time subsequent to alignment the weapon itself may change azimuth by up to 360 degrees in one continuous motion at a maximum rate of 60 degrees per second. The weapon aiming system may consist of one of the following technologies: inertial gyrocompassing technology (inertial sensing of the tangential component of Earth?s angular velocity), GPS azimuth sensing, celestial azimuth sensing, digital magnetic compassing, or other means of azimuth sensing with respect to true north. Furthermore, the system may be of a hybrid nature that utilizes more than one of the preceding technologies, perhaps in conjunction with tactical grade (non-gyrocompassing) inertial sensing devices or with weapon orientation encoders. Upon establishing weapon azimuth with respect to true north, the aiming system might employ tactical grade inertial sensors or an orientation encoding subsystem to track subsequent weapon re-aiming. In particular, an orientation encoding subsystem appropriate for the dismounted mortar is of considerable interest. Specifically, this BAA seeks white papers for development of single-axis TRL-4 breadboard prototypes that demonstrate north-finding feasibility. Breadboard prototypes shall be configured for laboratory use and shall meet or exceed the following minimum performance criteria: Azimuth Accuracy 5 mils (1 sigma) Azimuth Accuracy Applicability between 60 degrees N/S latitude Alignment Time 180 seconds If the TRL-4 prototype utilizes a weapon orientation encoding subsystem, then the prototype shall include an encoder subsystem designed specifically for the dismounted mortar. In addition to meeting/exceeding the above criteria, the TRL-4 prototypes shall credibly demonstrate how the SWaP and ruggedness requirements will be achieved by more advanced prototypes. Furthermore, the TRL-4 prototypes shall credibly demonstrate how the unit production cost consistent with widespread military employment will be achieved. Three-Year Roadmap for Topic A (only), Weapon Aiming Technology This Roadmap relates to Topic A only, is provided for information purposes only, and does not constitute a firm commitment on the part of the Government to continue development in accordance herewith. No similar Roadmap is currently available for Topics B thru E. Following is a roadmap of a possible three-year development effort of weapon aiming technology. This roadmap consists of three milestones, each representing the completion of prototypes at successively higher technology readiness levels. The milestones are briefly outlined below and contrasted in Table 1 following. Milestone 1 ? Delivery of TRL-4 Prototypes by September 2008 The first milestone corresponds to completion and delivery for independent laboratory testing of the TRL-4 prototype described in Topic A of this BAA. Typically, each TRL-4 prototype development effort may be funded incrementally for up to one (1) year subject to the availability of appropriations and funded between $50,000 and $900,000. Milestone 2 ? Delivery of TRL-5/6 Prototypes by September 2009 The goal of the second milestone is to further develop the sensor suite from the first milestone into a fully functional TRL-5/6 prototype. This prototype does not have to meet the SWaP requirements (see Table 1 below), but it should be able to demonstrate its ability to meet the azimuth performance requirement over the required pitch, roll, and slew conditions, navigate after alignment, and maintain azimuth performance at various operational temperatures. Independent testing will take place at this milestone, as in the previous milestone. Typically, each TRL-5/6 prototype development effort may be funded incrementally for up to one (1) year subject to the availability of appropriations and funded between $800,000 and $1,600,000. Milestone 3 ? Delivery of TRL-7 Prototypes by July 2010 The goal of the third milestone is to further develop the sensor suite from the first two milestones into a system that will be ready for production with minimal further development. This TRL-7 prototype should meet all of the performance requirements (see Table 1 below). Independent testing will take place at this milestone, as in the previous milestone. The government will test azimuth performance in operational environments, including live fire testing on a dismounted 81 mm mortar. The vendor should supply a method for mounting the sensor on the 81 mm mortar shock buffer mechanism (developed by the government). Typically, the TRL-7 prototype development effort may be funded incrementally for up to one (1) year subject to the availability of appropriations and funded between $800,000 and $1,200,000. Requirement:TRL Azimuth Error Threshold Milestone 1 Milestone 2 Milestone 3 7 4 5/6 7 Requirement:Azimuth Error ≤5mils,1 sigma Testing Testing Testing Requirement:Elevation Error sig≤1mil,1 sigma Testing Testing Testing Requirements: Setup Time at all orientations ≤180sec Testing Testing Testing Requirement:Latitude\ ?65 deg Analysis Testing Testing Requrirement: Pitch Range ?1500 mils Analysis Testing Testing Reqirement:Roll Range ?270 mils Analysis Testing Testing Requirement:Slew Rate ≥60 deg/sec and Analysis Testing Testing angular displacement due to firing of live rounds Requirements: Temp. - Operational -35?C to +65?C Analysis Demo-Temperature Testing Requirements: Volume ≤50in3 Analysis Integrate Testing Requirement:Weight ≤4lbs Analysis Integrate Testing Requirement: Power ≤10W Analysis Integrate Testing Requirements:Shock ? device shall navigate through shock event ≥40g 11ms threshold, Analysis Analysis Demo Live- Fire ≥800g 11ms objective Analysis Analysis Demo Live-Fire Requirement: Vibration MIL-STD-810F Analysis Analysis Analysis Method 514.5 Procedure II Requirement:Estimated Production Unit Cost < $25,000 each @ Qty 1000 units Analysis Analysis Analysis Requirements: Notes Brassboard Functional Prototype Pre-production item Table 1 ? Testing: Verifiable by independent testing ? Analysis: Provide an analysis that details how the system will meet these goals ? Integrate: Integrate in to provisional packaging and show progress toward meeting these goals ? Demo-Temperature: Demonstrate that the sensors will meet the azimuth requirements over temperature ? Demo-Live Fire: Demonstrate that the sensors will meet the weapon aiming azimuth requirements under live fire conditions 2. Topic B ? Wind velocity sensing technology Lack of precise knowledge of wind velocity severely impacts the precision of unguided munitions. This source of inaccuracy is traditionally quantified in terms of range error (head or tail wind dependent) and azimuthal error (cross wind dependent). A wind velocity sensing system is needed capable of determining head and cross wind velocity components along a 5,000 meter unguided munitions trajectory (2,500 meter max ordinate). The sensing system shall be accurate to within 2 knots (1 sigma) for each orthogonal velocity component. The system shall be of SWaP and ruggedness appropriate for the dismounted warfighter operating under challenging physical conditions. The sensing system might incorporate LIDAR technology, but alternative technologies such as radar or inaudible sonar may be appropriate. Cost shall be suitable for widespread employment by small dismounted warfighting units. Methods for accuracy testing of the prototype system shall be addressed. Specifically, this BAA seeks white papers for development of TRL-3 laboratory validations or TRL-4 breadboard prototypes that demonstrate wind velocity sensing feasibility. Breadboard prototypes shall be configured for laboratory use. The TRL-3/4 prototypes shall be subjected to appropriate and credible accuracy testing. The TRL-3/4 prototypes shall meet or exceed the following minimum performance criteria: Wind Velocity Sensing Accuracy 2 knots (1 sigma) Wind Velocity Sensing Range 2,000 meters In addition to meeting/exceeding the above criteria, the TRL-3/4 prototypes shall credibly demonstrate how the SWaP, ruggedness, and longer sensing range (5,000 m) requirements will be achieved by more advanced prototypes. Furthermore, the TRL-3/4 prototypes shall credibly demonstrate how the unit production cost consistent with widespread military employment will be achieved. 3. Topic C ? Wind velocity prediction, interpolation, and extrapolation algorithms Wind velocity sensing will not occur at the precise time and location of a particular shot. Yet, the ballistic computation for a particular shot assumes the wind velocity data are current and along the trajectory. A prediction, interpolation, and extrapolation algorithm is needed that will project prior sensed wind velocity data to the moment of a planned shot. Furthermore, the algorithm shall interpolate/extrapolate from the actual sensed location(s) to the planned trajectory itself. The predictions/interpolations/extrapolations of the algorithm shall be accurate to 2 knots (1 sigma) or for each orthogonal velocity component given perfect sensed data up to 30 minutes old and 1,000 meters remote. It is anticipated that accurate atmospheric modeling on small time and length scales will be required to fulfill this need. Methods for accuracy testing of prototype algorithms shall be addressed. The algorithms shall be capable of running on a standalone laptop or tablet computer u nder the Microsoft Windows or Linux operating systems. Specifically, this BAA seeks white papers for algorithmic investigations that demonstrate the feasibility of wind velocity prediction/interpolation/extrapolation meeting or exceeding the following minimum performance criteria: Computed Wind Velocity Accuracy 2 knots (1 sigma) (each velocity component) Age of Input Data 30 minutes Remoteness of Input Data 1,000 meters The investigative results shall provide appropriate and credible methods for algorithm accuracy testing. 4. Topic D ? Muzzle velocity sensing technology Lack of precise knowledge of muzzle velocity severely impacts the precision of unguided munitions, substantially contributing to range error. A muzzle velocity sensing system for the 81 mm mortar is needed capable of determining exit velocity for each successive shot with an accuracy of 0.5 meters/sec (1 sigma). Time between rounds can be as short as 2 seconds. Sensed velocity data is utilized for adjustment of aiming parameters of subsequent rounds. The system shall be of SWaP and ruggedness appropriate for the dismounted warfighter operating under challenging physical conditions. The sensing system might incorporate photoelectric, magnetic, Hall effect, or Doppler radar technologies, but other approaches will be given equal consideration. Sensing systems requiring projectile modifications or markings will in general be considered less desirable. Cost shall be suitable for widespread employment by dismounted mortar units. Specifically, this BAA seeks white papers for development of TRL-5 to TRL-6 brassboard muzzle velocity sensing prototypes configured for mounting and testing on the dismounted 81 mm mortar. Testing will occur in a live fire environment. The TRL-5/6 prototypes shall meet or exceed the following minimum performance criteria: Muzzle Velocity Sensing Accuracy 0.5 meters per second (1 sigma) Time Between Rounds 2 seconds Operational Temperature minus 40C to plus 70C Shock up to 81 mm mortar shock levels Vibration MILSTD 810 min integrity Device Plus Enclosure Volume 50 cu in Device Plus Enclosure Weight 4.0 lbs Power Consumption 10 Watts In addition to meeting/exceeding the above criteria, the TRL-5/6 prototypes shall credibly demonstrate how the unit production cost consistent with widespread military employment will be achieved. 5. Topic E ? Muzzle velocity prediction algorithms A round?s muzzle velocity measurement cannot be applied to the ballistic computation for that round. Only a predicted muzzle velocity based on prior round measurements and other pertinent data can be applied to a round?s ballistic computation. A prediction algorithm is needed for the 81 mm mortar that will project prior sensed muzzle velocity data for use in the current shot?s ballistic computation. In addition to a time series of muzzle velocity data, such an algorithm may perhaps also utilize environmental data such as propellant temperature. The algorithm shall be able to work with various charges and types of rounds. The predictions of the algorithm shall be accurate to 0.5 meters per second (1 sigma). The algorithm shall also provide barrel wear and other failure analysis data for logistical purposes. The algorithm shall be capable of running on a standalone laptop or tablet computer under the Microsoft Windows or Linux operating systems. Specifically, this BAA seeks white papers for algorithmic investigation and development that demonstrate muzzle velocity prediction meeting or exceeding the following minimum performance criterion: Computed Muzzle Velocity Accuracy 0.5 meters per second (1 sigma) The investigative and developmental results shall provide appropriate and credible methods for algorithm accuracy testing. The investigative and developmental results shall provide methods for generating barrel wear and other failure analysis data for logistical purposes. White Paper Submission Requirements NSWC Crane is interested in receiving white papers for R&D in the aforementioned Topics for scientific study and experimentation directed toward advancing the state-of-the-art or increasing knowledge or understanding in these specific areas. This notice constitutes a combined synopsis/Broad Agency Announcement (BAA) as contemplated in FAR 6.102(d)(2). It is intended that this BAA be open until 31 December 2008 or until replaced by a successor BAA. However, early submissions are strongly encouraged. Proposals may be submitted by any non-governmental entity including commercial firms, institutions of higher education with degree-granting programs in science and/or engineering (universities), or by consortia led by such concerns. NSWC Crane encourages participation by small business, small disadvantaged business, HUBZone small business, woman-owned small business, veteran-owned small business, and historically black colleges and universities and minority institutions. However, no part of this BAA is specifically reserved for these entities. The following guidelines apply to concept papers or proposals. Typically each white paper may be funded incrementally for up to one (1) year subject to the availability of appr opriations and funded between $50,000 and $900,000, with the size of each dependent upon the topic(s) (although NSWC Crane reserves the right to entertain larger proposals based on the availability of funds). More than one effort may be funded for an individual topic area, and deliverables should demonstrate the results of scientific study and experimentation. Award of an effort under this BAA does not imply other than full and open competition in the future for follow-on acquisition(s) for the awarded task(s). Proposals for non-innovative, marginal improvements are inappropriate under BAA authority and would not be considered for funding. Additionally, theoretical concepts that do not lead to implementation and/or proposed studies are specifically excluded. All criteria as outlined in FAR 35.016 are applicable. In order to minimize the cost related to proposal preparation, as a preliminary step, interested parties shall submit an initial synopsis (commonly referred to as "white paper"). The white paper should not exceed four (4) pages, with a technical description of the effort, a preliminary schedule, identification of risks, a rough cost estimate, and any references. Interested parties may submit more than one white paper. White Papers should clearly identify which aforementioned topic they are responding to. Offerors should submit the white papers electronically. A title, BAA number, offeror name, project duration, approximate cost, and a brief abstract with information explic itly pertinent to the proposed work must accompany the white paper. The Government reserves the right to request a full technical and cost proposal from any, all, part of, or none of the offerors submitting white papers. Offerors submitting the most promising white papers will be encouraged to submit full technical and cost proposals on all or part of their white paper submission. However, any such encouragement does not guarantee funding or assure a subsequent award. A full technical and cost proposal may be required approximately three (3) weeks after notification that NSWC Crane has decided to pursue the offeror?s approach as identified in their white paper submission. The Government will acknowledge the receipt of white papers and full technical and cost proposals by e-mail. White papers will be evaluated using the following evaluation criteria: (1) Overall scientific and technical merits of the proposed effort; (2) Potential relevance and contributions to the area of interest; (3) Degree to which new and creative solutions to technical issues important to the area of interest are proposed as well as the degree to which technical data and/or computer software developed under the proposed effort are to be delivered with unrestricted rights; (4) The offeror's capabilities, related experience, facilities, techniques or unique combinations of these which are integral factors for achieving the proposal objectives; (5) The qualifications, capabilities and experience of the proposed Principal Investigator, team leader or other key personnel who are critical in achieving the proposal objectives; and (6) Realism and reasonableness of the proposed costs (subject to the availability of funds). These criteria are listed in descending order of importance, and the non-price factors, when taken together, are significantly more imp ortant than price, but evaluated prices/costs must be reasonable and realistic to enable the Government to make an award. THE GOVERNMENT RESERVES THE RIGHT TO SELECT FOR FUNDING ANY, ALL, PART, OR NONE OF THE RESPONSES RECEIVED. Any responsible businesses may submit a proposal. White papers may be submitted at any time prior to expiration of the BAA. However, early submissions are strongly encouraged. Please send white papers via e-mail to james.d.martin@navy.mil. Please refer to BAA number N00164-08-R-JS14 in all correspondence and communications.
 
Web Link
NSWC CRANE WEPAGE
(http://www.crane.navy.mil/acquisition/synopbaa.htm)
 
Record
SN01467887-W 20071213/071211224335 (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.