Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 16, 2011 FBO #3674
MODIFICATION

10 -- FMU-139 Electronic Tail Fuze - Attachment 0001

Notice Date
12/14/2011
 
Notice Type
Modification/Amendment
 
NAICS
332993 — Ammunition (except Small Arms) Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272, 47123 Buse Road Unit IPT, Patuxent River, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
N00019-12-P7-ZD034
 
Archive Date
12/31/2011
 
Point of Contact
Christine Sager, Phone: 7323231600, Michael Rod Powell-Salas, Phone: 301-757-5934
 
E-Mail Address
christine.sager@navy.mil, michael.powell-salas@navy.mil
(christine.sager@navy.mil, michael.powell-salas@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Clarifications & Responses to Questions Submitted This Request for Information is being amended as follows: 1. The closing date is hereby extended until 4:30PM EST, 03 January 2012. 2. Unclassified information available upon request includes: the FMU-139C/B Performance Spec PMA201-03-003A and the FMU-139C/B Fuze Design Control Drawing 3179AS971. 3. To provide clarifications and responses to questions received via Attachment 0001 to this posting. Pursuant to Federal Acquisition Regulation (FAR) 15.201(e), this notice is being issued as a Request For Information (RFI). The US Naval Air Systems Command (NAVAIR), Program Executive Office (PEO) Unmanned Aviation and Strike Weapons (U&W), Precision Strike Weapons Program (PMA-201) is seeking information from industry on innovative concepts for evolutionary improvements to the performance characteristics of the FMU-139 electronic tail fuze. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. This RFI is intended to be used for market research and technology survey purposes to assist PMA-201 in developing an acquisition strategy for potential future competition. No funds are available to pay for preparation of responses to this announcement. Any information submitted by responders to this RFI is strictly voluntary. The Government is not obligated to and will not pay for any information received from potential sources as a result of this notice. The information provided herein is subject to change and in no way binds the Government to solicit for or award a contract. General Description: The FMU-139 fuze provides warhead initiation for general purpose bomb bodies used in freefall and guided weapons. The FMU-139 is an in-service electro-mechanical fuze with instantaneous and delayed fuze functions. The requirements for FMU-139 fuze capabilities are expanding and many of the technologies utilized in the current FMU-139 configuration are anticipated to face future challenges in obsolescence and manufacturability. The intent of this effort is to evaluate technologies and identify potential technology insertion opportunities to facilitate an FMU-139 fuze upgrade process through an evolutionary upgrade approach. As a result of this RFI, the Government expects to receive responses from interested, capable and qualified sources in the form of a concept summary paper containing a description of technical data defining proposed upgrade concepts. The concept summary paper shall be written from a system solution perspective showing how the concept and development methodology could satisfy below stated requirements. Each concept summary paper should include a top level description of the proposed upgrade concepts, a detailed list of anticipated end product physical and performance characteristics, scope of development effort, anticipated reliability and maintainability characteristics, weapon/aircraft integration/interface concept, design provisions to support incremental upgrades, technology insertion opportunities, an assessment of the Technology Readiness Level (TRL) of the proposed concepts including key subsystems, and a description of the Manufacturing Readiness Level (MRL) for the proposed concepts. FMU-139 Fuze upgrade concepts shall address ability to maintain current integration capability with the F/A-18A+/C/D/E/F and the AV-8B fixed wing aircraft. Desired upgrade concepts include, but are not limited to: • Hardened target capability (threshold = 5,000 PSI target, Objective = 15,000 PSI target). • Serial Data Interface (SDI) technology to enable communication between fuze and aircraft Operational Flight Program. • An in-line or other electronic design. Of special interest would be a design to minimize the number of moving parts and electro-explosive devices in the fuze. Reduction in overall part and assembly counts in the fuze structure and circuit card assemblies with the desired result of improved fuze producability and reliability. • Replacement of current retard and impact sensors with any number of low power sensors including, but not limited to, piezoelectric sensors, Micro-Electro-Mechanical Systems (MEMS) devices, rolleron devices, and investigation of the sensor designs currently used in the automotive industry. Of special interest would be the speed and consistency of detection timing, as well as producability and reliability improvements. • Detonator Improvements, including the use of a possible replacement material for both the Lead Azide and Lead Styphnate ultimately leading to the qualification of a lead-free detonator. • Front panel switch improvement or replacement, to improve upon the producability, reliability, and aging concerns that have been experienced. • Post-impact intelligent fuzing, allowing for fuze reaction to terminal impact conditions. • Variable output fuzing for initiation of selectable output weapons. • Environmental Sensing concept to prevent fuze detonation until external conditions are consistent with the intended arming environment conditions. • Fuzes that can respond to post-release instructions from the aircraft. Of interest would be a fuze that could disarm, disable, or self-destruct after it has already armed based on input from the aircraft or other external source. • FZU-48 alternatives such as higher reliability alternators, alternate airflow systems and release signal generation systems could result in a design more suitable to current and future extended time of fall, high altitude release, and precision guided weapons. Responses: Responses to this RFI will be used for information and planning purposes only. This RFI does not constitute a solicitation. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Information received by the Government in response to this RFI shall not be returned after review. The Government may request additional information upon review. Responses to this RFI should not to exceed 25 pages in length on 8.5 x 11 paper with one inch margins and font no smaller than 10 pt Times New Roman or Courier New. A two sided page will be considered one page for the purpose of counting the 25 page limit. The following may be included and will not count toward your 25 page limit: cover page, table of contents and rear cover page. Contractor responses shall not contain any classified information. If respondent believes a complete response would require classified information submission, please notify the Government POC immediately so that proper actions by the Government and Contractor can be coordinated. The Government requests that the respondents deliver two hard copies and one electronic soft copy on CD or DVD to the Government POC in Microsoft Word or PDF format with proper markings for unclassified and proprietary information no later than 4:30PM EST on 16 December 2011. All submissions should include RFI Reference Number, company, CAGE code, DUNS number, and small business classification as applicable. Responses to this RFI MAY NOT be submitted via electronic means or facsimile. Acknowledgement of receipt will be provided via email. All information submitted will be adequately safeguarded from unauthorized disclosure in accordance with FAR Part 15.207. All information received in response to this RFI that is marked proprietary will be handled accordingly. All submissions must be clearly marked with the following caption: For Official Use Only, Releasable to Government Agencies for Evaluation Purposes Only. The Concept Summary responses should be properly packaged, labeled, handled and submitted in accordance with the National Industrial Security Program Operating Manual (NISPOM) and mailed to the following address: Precision Strike Weapons Program (PMA-201) Attn: Ms. Lorraine Dodson lorraine.dodson@navy.mil 47123 Buse Road Building 2272, Suite 447, PMA-201 Patuxent River, MD 20670-1547 Non-Disclosure Agreements: Provided below is a list of PMA 201 support contractors expected to have access to the data provided by the respondents to this RFI as part of the response review. These contractors already have Non-Disclosure Agreements (NDAs) in place with the Government as a requirement of their function in supporting Government projects. If desired, respondents can request NDAs with these contractors directly. If additional contractors are to be utilized during the review, respondents will be notified so that the necessary agreements can be obtained, if required. Any markings on data should reflect that the information is releasable to these contractors. It is anticipated that employees from CenterScope Technologies, Inc. will review the RFI responses. Contact information for these companies is as follows: CenterScope Technologies, Inc. Engineering and Acquisition Support Division 46579 Expedition Drive, Suite 103 Lexington Park, MD 20653 Phone: (301) 737-1661 P.O.C. Wayne Lockley Foreign Participation: Any 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. If the interested party is a foreign concern or if a U.S. interested party has a team member or partner who is a foreign entity, adherence to all International Traffic and Arms Regulations (ITAR) is required. The U.S. Government will provide foreign disclosure guidance to U.S. firms upon request. Point of Contact: Technical information (unclassified only) will be made available to qualified respondents to the RFI upon request to Ms. Christine Sager. Unclassified information available upon request includes: the FMU-139C/B Performance Specification (PMA201-03-003A). The FMU-139C/B performance specification has been designated as "DISTRIBUTION STATEMENT F" (dissemination only as directed by PMA-201 or higher DoD authority). Interested qualified sources shall submit a written request for the documentation through Ms. Christine Sager. Respondents must officially request the controlled documents in writing. To validate the document release, this request must include the company name, mailing address, email address, point of contact, phone number, current CAGE number and Central Contractor Registration number. The written request must include acknowledgement of the Responders responsibility under the U.S. export contract laws and regulations. For any foreign firm, the request must include proof of a current and applicable approval, authorization, or license under E.O. 12470 or the Arms Export Control Act if applicable. Upon verification of status and acknowledgement of responsibilities under U.S. export control laws and regulations, approved authorization confirmation to receive the requested documents will be provided. All contractors requesting technical information and specifications must be registered in the Central Contractor Registration (CCR) Database. For CCR information, contact the CCR Registration Assistance Center (RAC) at 888-227-2423 or for CCR Registration at http://www.ccr.dlis.dla.mil. Any request for technical information or questions about this RFI should be in writing and sent via email to Christine Sager at the following address: NAVAIR Lakehurst Contracts, Attn: Ms. Christine Sager, Code: 2.5.2.5.1 Building 562, Floor 3, Room 306 Lakehurst, NJ 08733 christine.sager@navy.mil Important Information: Unless otherwise stated herein, no additional written information is available and no formal RFPs or other solicitation regarding this announcement is currently available. Requests for these will be disregarded. There is no commitment by the Government to issue a solicitation, to make an award or awards, or to be responsible for any monies expended by any interested parties before award of a contract for 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 in Fed Biz Opps (http://www.fedbizopps.gov). It is the potential Offeror's responsibility to monitor this site for the release of any solicitation or synopsis. The Government reserves the right to consider a small business or 8(a) set-aside based on responses hereto. Contracting Office Address: Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272 47123 Buse Road Unit IPT, Patuxent River, MD, 20670, UNITED STATES Point of Contact: Christine Sager, Contract Specialist, Phone 732-323-1600, Email christine.sager@navy.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00019-12-P7-ZD034/listing.html)
 
Place of Performance
Address: Not Applicable, Patuxent River, Maryland, 20670, United States
Zip Code: 20670
 
Record
SN02639459-W 20111216/111214234738-c97358b3ba1ba9c3d77d838fab661c8f (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.