SOLICITATION NOTICE
A -- Enhanced Maneuverability Missile Development
- Notice Date
- 4/27/2009
- Notice Type
- Presolicitation
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Weapons Division Dept.1, N68936 NAVAL AIR WARFARE CENTER WEAPONS DIVISION DEPT.1 Naval Air Warfare Center Weapons Division Dept.1 429 E. Bowen Rd - Stop 4015 China Lake, CA
- ZIP Code
- 00000
- Solicitation Number
- N6893609R0063
- Response Due
- 5/21/2009
- Archive Date
- 5/21/2010
- Point of Contact
- Debra Zamarron (760) 939-9658 Jane Price (760) 939-2859<br />
- Small Business Set-Aside
- N/A
- Description
- Responses to this Broad Agency Announcement are sought to develop and test a dual pulse rocket motor and develop and test a Thrust Vector Control (TVC) mechanism compatible with the rocket motor, for use in future Navy anti-air missiles. NAICS Code 541712 and 1,000 No. of employees will be used for this effort. The development of the dual pulse rocket motor will be in an existing steel rocket motor case with a 10" to 15" diameter. The TVC and its associated Thrust Vector Actuation (TVA) system must be highly space efficient, so as to be compatible with existing missiles with tail control servo mechanisms packaged around the rocket motor nozzle. TVC/TVA components must be capable of withstanding temperatures and exhaust gas products associated with highly aluminized propellant for the duration of dual pulse rocket motor operation. Exposure conditions of TVC/TVA components will vary depending upon configurations developed, and could consist of direct gas impingement and/or indirect heat transfer. Impingement and heat soak-out conditions into TVC/TVA components will be contingent upon motor operating conditions, nozzle/TVC configurations and interpulse delay times selected. Manufacturing and cost are other areas of interest for this BAA. The rocket motor must be capable of storage, transportation and operation over normal military weapon temperature ranges. Additionally, the rocket motor must be capable of meeting! standard Navy lifecycle, ignition system, and Insensitive Munitions (IM) safety requirements. If the rocket motor cannot meet IM requirements, it must be capable of providing substantive improvements in IM performance over similar rocket motors of the same class that are currently fielded. Manufacturers capable of producing dual pulse rocket motors and TVC/TVA systems are invited to submit white papers for the design of a rocket motor and suitable TVC/TVA system, fabrication of test articles, and the conductance of a test program, culminating in a flight-ready design and hardware built to that design that demonstrates technology applicable to high performance future Navy anti-air missiles. It is envisioned that this will be a multi phase program. Phase 1 will be a study phase to generate a dual pulse rocket motor design and a compatible TVC/TVA design. Phase 2 will be a subsystem development phase where the rocket motor will be fabricated and tested (static fired), an! d the TVC/TVA system will also be fabricated and tested (bench tested). This phase may include testing of prototype, non-form-factored hardware, not representative of a full tactical design, but shall also include demonstration of form-factored critical components. Phase 3 will consist of integrating the developed TVC/TVA system to the dual pulse rocket motor and conducting hot-fire and environmental tests in representative operating environments. Phase 4 will consist of integrating and conducting ground tests (hot-fire, environmental and IM testing) of flight quality hardware. Offerors whose white papers are selected will be invited to submit full proposals. More detailed requirements, including A SECRET classified addendum to this BAA will be provided to qualified offerors providing more detail on the rocket motor and TVC performance requirements. In addition, offerors shall have, or have the ability to acquire, the capability to hold and use TOP SECRET material. Proposal topic areas of specific interest in this BAA must include but are not limited to the following: 1. Dual Pulse Rocket Motor Improvements: The objectives of this area are to provide a practical manufacturing approach, the desired first pulse thrust and total impulse, second pulse thrust and total impulse, pulse barrier deployment, interpulse time delay range, first and second pulse ignition characteristics, and robust performance characteristics in standard Navy applications. The rocket motor must have repeatable, well characterized performance and acoustic behavior over a wide temperature range. The rocket motor shall meet all standard Navy safety requirements, including lifecycle and ignition systems safety requirements. The rocket motor shall be no more sensitive than a DOT Class 1.3 item and shall make substantive improvements over currently fielded rocket motors in the area of IM response. 2. Thrust Vector Control Mechanism Improvements: The objectives of this area are to provide reliable and predictable TVC/TVA performance under the operating conditions of the selected motor design, with very compact packaging. The ideal TVC/TVA and supporting power system will be capable of being integrated into an existing baseline missile system with no structural, thermal, mechanical or electrical impact to existing tail control fin and servo assemblies, and be capable of providing not less than 5 degrees of thrust vectoring in any combined pitch/yaw plane for the duration of firing both rocket motor pulses. Offerors shall provide predicted TVC/TVA characteristics, including: thrust vector slew rates, actuator bandwidth, and thrust vector alignment. The materials used in the TVC/TVA system should have repeatable, well characterized performance over a very wide temperature range and be chosen to minimize cost. There should be a practical approach to manufacturing the! TVC and TVA units and integrating them into the nozzle assembly. The developed TVC/TVA system shall be capable of being integrated into a missile guidance and control loop and shall have an integral power source capable of supporting full-mission TVC/TVA operation. 3. Rocket Motor Testing: The objectives of this area are to validate predicted performance, including with regard to thrust/time curves, chamber pressures, exhaust temperatures, combustion products, ignition response times and successful barrier deployment, as appropriate. Additionally, testing will validate environmental robustness and safety compliance of the rocket motor and its components to Navy requirements. 4. TVC Testing: The objectives of this area are to validate predicted performance, verify material behavior of the TVC/TVA design, evaluate operation (thermostructural, erosion, and control performance) throughout the duration of both pulses, and assess thrust vectoring performance (vector angle, slew rate, vector alignment accuracy, etc.). This notice constitutes a Broad Agency Announcement (BAA) as contemplated in FAR 6.102 (d)(2). A formal Request for Proposal (RFP)/ Solicitation will not be issued. The Naval Air Warfare Center, Weapons Division (NAWCWD) will not issue paper copies of this BAA. NAWCWD reserves the right to select for Proposal submission, all, some or none of the White Papers in response to this BAA. NAWCWD reserves the right to fund all, some, or none of the subsequent Proposals received under this BAA. NAWCWD provides no funding for direct reimbursement of white paper or proposal development costs. Any material submitted in response to this BAA will not be returned. It is the policy of NAWCWD to treat all White Papers and Proposals as competition sensitive Bid and Proposal Information and to disclose their contents only for the purpose of evaluation. See enclosed attachment for specific submission and formatting information that must be followed when preparing white papers in response to this announcement. Awards to offerors of selected Proposals will be in the form of contracts. Therefore, Proposals submitted as a result of this announcement will fall under the purview of the Federal Acquisition Regulations (FAR). See enclosed attachment for specific submission and formatting information that must be followed when preparing white papers for this contracting effort.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f50b40dbed082a2c31b7bc0ebdfa884c&tab=core&_cview=1)
- Record
- SN01802237-W 20090429/090427215107-b10883ab74d0282d13de145991c11a45 (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 |