SOURCES SOUGHT
A -- BAA for R&D Weapons-Applied Research/Expl Dev_Advancement and Improvement of Targeting Systems
- Notice Date
- 11/22/2010
- Notice Type
- Sources Sought
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- N00178 NAVAL SURFACE WARFARE CENTER Dahlgren Division 17362 Dahlgren Road Suite 157 Dahlgren, VA
- ZIP Code
- 00000
- Solicitation Number
- N0017811Q1902
- Response Due
- 11/25/2010
- Archive Date
- 12/31/2010
- Point of Contact
- Susan Cusic,
- E-Mail Address
-
40-653-7088
- Small Business Set-Aside
- N/A
- Description
- 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 Naval Sea Systems Command. This notice constitutes as a Broad Agency Announcement (BAA) N00178-11-Q-1902 which solicits/requests white papers for Naval Surface Warfare Center, Dahlgren Division (NSWCDD). White papers including a rough order of magnitude (ROM) which are meaningful proposals with varying technical/scientific approaches towards advancing the state of the art technologies used in targeting systems may be submitted. There is an urgent need for novel technologies capable of improving targeting accuracy. DESCRIPTION: The current topic areas of interest/objectives include but are not limited to: Topic: A. Azimuth Sensing Technology There is an urgent need for technologies capable of improving azimuth determination. Current weapon systems are able to engage targets with an accuracy that exceeds existing targeting equipment capabilities. Laser designation is presently the only practical solution to the accuracy problem; however, the drawback is that the operator is vulnerable to counterattacks during the designation. Accurate knowledge of a user s location coupled with range, azimuth, and elevation to target, will allow for a target s location to be known well enough to call for a precision strike. The goal is to provide a non-magnetic azimuth sensing capability for use in handheld targeting devices to allow the user a level of self navigation (6 Degrees Of Freedom). The technology shall reduce Target Location Errors (TLE) associated with digital magnetic compasses; as well as allow for operation in urban environments, near vehicles, day or night, inside buildings and while wearing body armor. The technology will be an improvement to the accuracy available from a digital magnetic compass regardless of the magnetic environment. The goal is to eventually reduce TLE to less than 10m, thereby permitting accurate target location at ranges of up to 10km from observer to target. The limitations imposed by user objectives are not conducive to GPS interferometers and celestial compass technologies. The most promising solutions are currently based on gyro-compassing; however, novel ideas are encouraged. Desired Capabilities: a) Could be integrated into a handheld application; b) Less than 1 mil vertical angle accuracy; c) Boresightable to optics; d) Volume no more than 1 cu in; e) 1 mil azimuth accuracy; f) 0.25 lb; g) 360 degrees per second operational slew rate (without recalibration); h) Less than 60 sec start-up time. Topic: B. Laser Target Designation Technology Currently fielded USMC Laser Target Designators (LTDs) emit a laser which is encoded with Pulse Repetition Frequency (PRF) codes. These LTD s are class IV lasers and emit 30-80 milliJoules (mJ) of laser energy. A 50-80 mJ system typically weighs 12 lbs, and a 30-50 mJ system typically weighs 4 lbs. The USMC is interested in novel technologies and materials which are able to reduce the size, weight, electrical power, and cost (both system and sustainment cost) of conventional, PRF-encoded LTDs. Topic: C. Eye Safe Laser Target Designation Technology NSWCDD has been tasked by ONR to investigate the viability of a high pulse rate / low energy laser designation and guidance capability. The combination of many low energy pulses has several advantages. First, the system can be more covert since integration of pulses is required to detect the laser. Newer very high velocity projectiles that are being developed will require data rates that are substantially higher that today s lower pulse rate designators. The lower energy per pulse requires the designator to develop less peak power, potentially decreasing the size and power requirements of the designator. Finally, fewer pulses can be integrated at closer ranges to give an equivalent signal to noise ratio. Thus, the data rate can be increased upon closing on the target which yields higher data rates at closer ranges (where it is needed). The development of this technology presents some technical challenges. First, narrow pulses are desired to increase the instantaneous signal to noise ratio. This requirement drives the sample rate of the signal processor up. Field-Programmable Gate Arrays (FPGA) can handle the processing requirements but memory access to perform the pulse integration is a challenge. Much like GPS, multiple correlators must be implemented to accommodate timing uncertainties. Each correlator must have read/write access to high-speed memory. Given the limited memory of the FPGA, a limited number of correlators can be implemented. A second challenge is the clock stability required of the designator and seeker. Since multiple pulses must be integrated, any clock skew between the designator and seeker will cause the integrator to walk relative to the designator pulse and fail to correlate before the requisite number of pulses. Consequently, there is a need for highly stable clocks for both the designator and seeker. Topic: D. Laser Seeker/Sensors Technology Given the engagements that are required in an urban environment, Class 4 lasers present a hazard to troops and civilians. To reduce this hazard, it would be advantageous to switch from the current designation lasers to a 1550 nm designation laser. Unfortunately, there are several technical roadblocks. First, while there are a plethora of detectors at 1550 nm, these detectors are small single detectors. Such small detectors limit the field of view of the seeker. Due to advancements in gyro technology, newer systems are designed without gimbals (strapdown). Consequently, even a larger field of view is required. Current 1550 nm detectors are too small and have too high of a capacitance (affects noise and bandwidth). There is a need for novel 1550 nm detector technologies and configurations to fill this need. Topic: E. Integrated Day/Night Sensors Technology Prove the feasibility of an inexpensive single imaging sensor that provides day video, enhanced night video and the ability to view laser wavelengths of 860 nm, 1064 nm, and 1550 nm. Current state of technology in FPA imaging systems has provided a number of technologies (silicon, InGaAs, HgCdTe, and CMOS imagers) that are sensitive to near infra-red energy, making many of them useful for detecting laser energy at 860 nm, 1064 nm, and 1550 nm. A single FPA with the ability to present day and night imagery superimposed with the image of the laser spot is desired. There is also a need for extending night viewing ranges through the use of pulsed IR laser illumination gated imagery. Reasonable technology cost is of key importance. Topic: F. Optics Technology Prove the feasibility of a lightweight miniaturized optical system capable of recognizing 1.4 x 1.7 m target at ranges up to 5km. The optical technology would be coupled to day and night imaging systems and see-spot viewers for an indirect view capability. Advances in sensor technologies have enabled the use of indirect view imaging for targeting applications. This enables the use of novel technologies such as folded optical systems which allow for longer light path in a smaller package. Any improvement which reduces size and weight is encouraged. Ideally, the design would have a single light path; however, designs which allow for multiple light paths may be necessary. Topic: G. Laser Spot Imaging/Tracking and PRF Code Reading Technology The currently fielded USMC Laser Target Designator (LTD) is the AN/PEQ-17, the Portable Lightweight Designator Rangefinder (PLDR). The PLDR contains an integrated, although limited, Laser Spot Imaging (LSI) capability. The integrated LSI relies on the user to select a combination of two filters that can be manually adjusted over the LSI camera aperture on the front of the system. Even so, the available combinations of filters are not adequate to see the laser spot under all environmental and lighting conditions. The AN/PAS-25, Thermal Laser Spot Imager (TLSI) is also currently fielded within the USMC. The TLSI is an approximately 8 lbs cooled mid wave thermal imager which is also sensitive to the 1.06 micron wavelength. The USMC is interested in technologies and materials which are able to reduce the size, weight, electrical power, and cost (both system and sustainment cost) of laser spot imagers. Also of interest are ways of reducing cooling requirements and start-up (cool-down) times. The USMC is also interested in LSI technologies which are able to read PRF codes and display the PRF number to the user. The USMC is also interested in LSI s which are able to view laser spots at multiple wavelengths. For example, the ability to view Class I eyesafe rangefinding lasers (typically 1550-1570), Class IV 1064 nm lasers, and IR Pointers (typically around 860 nm), would also be beneficial. EVALUATION CRITERIA: White papers will be evaluated as they are received. Contract award will be based on the white paper and formal technical and cost proposal when requested. White papers will be evaluated using the following criteria, which are in descending order of importance: 1) Technical merit 2) Importance to agency program 3) Offeror's capabilities, including past performance and related experience 4) Availability of funds CLOSING DATE: This BAA will remain open for (12) months from the date of publication or until replaced by a successor BAA. Proposals may be submitted at any time during this period. Awards may be made at any time after this notification is published but no later than May 2012, only those offerors who have submitted white papers will be considered. PROPOSAL PREPARATION-SUBMISSION INSTRUCTIONS: Responses to this BAA submitted in accordance with the guidelines set forth herein will be accepted at the NSWCDD Contracting Office. No formal solicitation will be issued; this BAA is the solicitation. All changes to the BAA will be sent electronically to the FBO web site http://www.fbo.gov, as amendments to BAA N00178-11-Q-1902. A downloadable copy of this BAA, changes-amendments and any attachments can be found at FBO web site. White Paper Submission shall not exceed four (4) pages. White papers will be reviewed in accordance with evaluation criteria. Completion of a cover sheet for each proposal is required. ROM estimate is required at time of submission of white paper approach. ROM has no page limitation. ROM shall include a detailed breakdown of proposed estimate. The cost of preparation of a response to this BAA is not considered an allowable direct charge to the resulting contract or any other contract. This BAA provides no funding for direct reimbursement of proposal development costs. Formal technical and cost proposals will be required from sources whose approaches have been selected for further consideration. Formal Technical and cost proposals may be required approximately 45 calendar days after notification that NSWCDD has decided to pursue the offeror s approach as identified in their white paper submission. Response: Offerors shall submit the white paper response and ROM electronically via email to NSWCDD Contract Specialist, Susan Cusic at Susan.Cusic@navy.mil and Contracting Officer, Janice Williams, at Janice.William@navy.mil. Electronic response shall be in Microsoft Office word processing and graphics software (e.g., Word, PowerPoint, Excel) and Adobe PDF. Completion of a cover sheet for each proposal is required. Cover sheet shall include: BAA Solicitation number N00421-11-Q-1902, BAA title, BAA Topic, company name and address, company POC with phone number and email, cage code, DUNS number, Business Size, Period of Performance and total estimate. All materials submitted in response to this announcement must be labeled with the BAA Solicitation N00421-11-Q-1902. Proposals submitted via fax will not be accepted. FUNDING: The Government anticipates that any contract resulting from this BAA will be funded with 6.1, 6.2 or 6.3 funding. NSWCDD reserves the right to fund all, some, or none of the proposals received under this BAA. QUESTIONS: All technical and contractual questions shall be submitted in writing to NSWCDD Contract Specialist, Susan Cusic, at Susan.Cusic@navy.mil. All questions received and answers provided under this BAA will reside at FBO web site http://www.fbo.gov under BAA Solicitation N00178-11-Q-1902. GENERAL INFORMATION: This publication constitutes a BAA as contemplated in Federal Acquisition Regulation (FAR) 6.102(d)(2). A formal Request for Proposal (RFP), other solicitation, and/or additional information regarding this announcement will not be issued. NSWCDD will not issue paper copies of this announcement. All responsible sources may submit a proposal which will be considered by this agency. NSWCDD reserves the right to select for award all, some or none of the proposals in response to this announcement. Proposals may address one or more of the topic areas listed above. More than one proposal may be submitted during the twelve (12) month period of the BAA following publication of this announcement. The Government will not give detailed debriefs to the unsuccessful offerors. Technical and cost proposals (or any other material) submitted in response to this BAA will not be returned. It is the policy of NSWCDD to treat all proposals as sensitive competitive information and not to disclose their contents. All software will follow Naval Open Architecture requirements. The Government will require unlimited rights to software. For awards made as contracts, the socio-economic merits of each proposal will be evaluated based on the commitment to provide meaningful subcontracting opportunities with small business, small disadvantaged business, women-owned small business concerns, veteran owned small business, disabled veteran, hubzone and HBCU. Pursuant to requirements of FAR 19.702(a)(1), if proposal total exceeds $550,000, large businesses will be required to include a Small Business Subcontracting Plan with their proposal package. FAR 52.219-9 defines a subcontracting plan and its requirements. Contractors must be registered in the Central Contractor Registration (CCR) database to be eligible for contract award or payment from any DOD activity (DFAR 252.204-7004). Information on registration and annual confirmation requirements may be obtained by accessing the CCR web site at https://www.bpn.gov/CCRSearch/Search.aspx Prospective contractors must complete electronic representations and certifications at http://orca.bpn.gov in conjunction with required registration in the CCR database. The representations and certifications must be updated as necessary, but at least annually, to ensure they are kept current, accurate and complete. (FAR 4.12)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00178/N0017811Q1902/listing.html)
- Record
- SN02331672-W 20101124/101122233937-6b6bc2499bbe88fc3089d8752a054867 (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 |