SOLICITATION NOTICE
10 -- Request for Information (RFI), Modernized Commodity Fuze
- Notice Date
- 9/18/2012
- Notice Type
- Presolicitation
- NAICS
- 332993
— Ammunition (except Small Arms) Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AAC - Air Armament Center, AAC/PK, 205 West D Avenue, Suite 433, Eglin AFB, Florida, 32542-6864, United States
- ZIP Code
- 32542-6864
- Solicitation Number
- EBDZ-MCF-001
- Archive Date
- 11/3/2012
- Point of Contact
- Erik J. Urban, Phone: (850)883-0263
- E-Mail Address
-
erik.urban@eglin.af.mil
(erik.urban@eglin.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Modernized Commodity Fuze Request for Information (RFI) 1. This is a Request for Information (RFI) from any interested party eligible to contract with the US Department of Defense concerning a potential modernization effort for the FMU-152A/B Joint Programmable Fuze (JPF). Responses to this RFI will be used by the Government to refine the modernization acquisition plan, but may also be used to perform studies and analyses on existing and future fuzed weapons capable of being deployed from current and future fighters and bombers to perform required missions against a variety of soft and hardened targets. The RFI is for information and planning purposes only and does not constitute an Invitation for Bid (IFB) or Request for Proposal (RFP), and is not construed as a commitment by the government. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS RFI OR TO OTHERWISE PAY FOR THE INFORMATION SOLICITED. 2. 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. 3. The Air Force Life Cycle Management Center, Armament Directorate, Direct Attack Division, Fuze Branch (AFLCMC/EBDZ), Eglin Air Force Base is planning to modernize the FMU-152A/B design to support affordable and reliable long-term production sustained by a robust supplier base. Preliminary planning includes a potential FY13 RFP release, FY14 Full and Open Competitive Source Selection, and FY15 contract award with start of production NLT FY18. Acceleration of contract award into FY14 may occur if funding is available. At this time the effort is being planned as an Air Force activity; however, the possibility of a joint Air Force and Navy modernization effort is being considered. 4. The FMU-152A/B was designed as a multi-delay, multi-arm and proximity sensor compatible system for use with General Purpose blast/fragmentation and hardened target penetrator warheads, with cockpit selectable in-flight (prior to release) capability when used with MIL-STD-1760 compliant weapons. The current fuze is an electro-mechanical fuze; however, the Government is open to any technologies that may be available and viable to meet program requirements. Many of the technologies used in the current FMU-152 Electro-Mechanical Safe and Arm Design (EMSAD) are anticipated to face future challenges in obsolescence, manufacturability and component supplier base. The focus of this effort is to modernize the fuze design to support improved long-term manufacturability; it is not a requirements or capability improvement-driven effort. 5. Following are the key performance requirements under consideration for the modernized fuze. Current FMU-152A/B System Performance Specification (SPS) requirements and capabilities will generally be maintained, with some modification possible to accommodate changes in weapon system Concept of Operations and technologies as noted below. Potential differences with the current SPS are noted in italics. a. Form and fit compatible with inventory warheads to include MK-82, MK-83, MK-84, BLU-109, BLU-110, BLU-111, BLU-113, BLU-117, BLU-121, BLU-122, BLU-126 and BLU-129. b. Compatibility (physical, electrical, and logical) with guidance assemblies of the JDAM family (GBU-31, 32, 38, & 54) and the Paveway family (GBU-10, 12, 24, 27, & 28) of guidance kits. c. Fuze will be powered by a bomb fuze initiator and meet the requirements of MIL-STD-1316F. A FZU will be provided by the contractor with each fuze as part of the contract. Design information on the current initiator (FZU-63/B) can be made available; however, it will be the contractor's responsibility to deliver an initiator qualified to meet the power requirements of the new fuze. If the decision for a joint program is made, the fuze system performance specification may be adjusted to accommodate Navy unique initiator requirements (i.e., Fuze Function Control Set compatibility). d. Fuze will be capable of being carried by and launched from the following aircraft platforms: A-10C, F-15E, F-16C/D, F-22A, F-35A, B-1B, B-2A, B-52H and MQ-9. If the decision for a joint program is made, the system performance specification will be adjusted to accommodate AV-8B, F-18C/D/E/F, and F-35 B/C. e. Fuze will provide airburst capability through integration with the DSU-33 proximity sensor and provide selective control to inhibit the airburst function. f. The current fuze is designed for 100 hours external and 200 hours internal captive carriage life. The Government is interested in increasing captive carriage life to as much as 900 hours external and/or internal. Final SPS captive carriage requirements may be influenced by industry inputs as requested below. g. Fuze captive carriage and launch environment (altitude and airspeed) will be compatible with the JDAM and Paveway-series weapon systems on identified aircraft platforms (listed in 5d above). h. Fuze will be capable of detonating with non-hardened target impact angles and velocities of the GBU-31(MK-84, BLU-117), GBU-32(MK-83, BLU-110), GBU-38/54 (MK-82, BLU-111, BLU-126, BLU-129), and GBU-10/12/16/24/27(with associated GP warhead). i. Hardened target capability will be 10,000 psi reinforced concrete (threshold) (objective = 15,000 psi reinforced concrete). The range of hardened target impact angles and velocities is the terminal operating velocity of the GBU-28 and GBU-31 (BLU-109) weapons. j. The Government is interested in increasing fuze survivability from a single target layer to multiple layers. This is a survivability capability and not a layer/void counting capability. Final SPS survivability requirements may be influenced by industry inputs as requested below. k. Fuze will be capable of being programmed through the aircraft cockpit, as well as through manual settings on the fuze face. This will be a Key Performance Parameter. l. Fuze will have function time delays from instantaneous, 5, 15, 25, 35, 45, 60, 90, 180, 240 ms; 15, 30, 45, 60 minutes; 4, 8, 12, 16, 20, and 24 hours. m. Fuze will allow for setting arm times from 4, 4.5, 5, 5.5, 6, 6.5, 7, 7.5, 8, 8.5, 9, 9.5, 10, 14, 21, 25 seconds for low drag and 2, 2.6, 3, 3.5, 4, 5 seconds with lockout for high drag. n. Fuze will be capable of initiating all current insensitive munitions (IM) explosives and be IM compliant. This may include a change from current PBXN-7 booster if there is one better suited for current IM explosive detonation sensitivity. o. Fuze will be designed to meet the USAF safety requirements and standards (and Navy standards if joint program is pursued). p. Operational service life will be 10 years minimum, with a combined storage and service life of 20 years minimum. q. Fuze system (RFMU*RFZU*Rcomponents=Rfuze system) will provide a threshold reliability of 0.95, minimum, with an objective of 0.98, when employed following operational service life. r. Fuze system production rates should be able to range from 200/month to 2000+/month, with a broad Economic Order Quantity (EOQ) band to support average unit production cost stability given fluctuations in funding. 6. RFI responses will be used by the Government to refine the project's estimated cost, schedule and technical risk assessment to support a high confidence program plan and strategy. RFI responses are requested to include the following: a. Rough Order of Magnitude (ROM) cost and schedule to complete necessary design, development, qualification and test activities and reach production readiness. b. Expected Critical Technologies and state of technology (i.e., Technology and Manufacturing Readiness Levels) at contract award. Provide relevant examples of ongoing and previous contractual efforts that support your technology and manufacturing assessments. c. Discuss whether an Electronic Safe and Arm Device (ESAD), EMSAD or other design might be proposed. d. Specifically address how the following requirements under consideration are cost, schedule, technology, and/or manufacturing drivers and provide recommendations to reduce program impact. Note any additional drivers not listed below. i. Navy Fuze Function Control Set ii. Increased captive carriage hours iii. Increasing hard target strength from 5,000 psi to 10,000 psi reinforced concrete iv. Increasing fuze survivability from single layer to multi-layer targets v. Long function time delays up to 24 hours e. Whether there are other system requirements or program planning aspects not stated above that significantly impact cost, schedule or technical risk of successfully achieving an affordable and reliable production design. f. ROM estimate of the quantity range for the most efficient EOQ bands and associated production unit cost for the delivered fuze system (fuze, FZU, closure ring, cable, container). If the Modernized Commodity Fuze effort is not funded, provide inputs on the industrial base capability to continue to supply mechanical and electro-explosive components over the long-term. g. ROM for technical data package and/or license rights suitable for any potential follow-on production competition. 7. If requested, a Technical Data Package (TDP) containing the current Interface Control Documents and SPS for the FMU-152A/B and accessories will be made available to qualified respondents for reference only. Respondents must officially request the documents in writing. To validate the documentation 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 Responder's 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. 8. Respondents may be requested to provide additional information/details based on their initial submittals. Respondents are encouraged to respond with information not constrained by proprietary data rights. However, if proprietary data is included in your reply, please mark it appropriately. AFLCMC/EBDZ uses manpower technical support contractors in fulfilling its mission requirements to include review of these capabilities submittals. These contracts contain an organizational conflict of interest clause that requires the service contractors to protect the data and prohibits the contractors from using the data for any purpose other than that for which the data was presented. 9. AFLCMC/EBDZ plans to host an Industry Day at Eglin Air Force Base, Florida, during the first part of November 2012 to further discuss key objectives of the MCF and invite feedback from fuze industry partners. The date is not currently set but more information will be forthcoming. 10. This RFI is for information and planning purposes only, does not constitute a formal RFP, and is not to be construed as a commitment by the Government. All information contained in this RFI is preliminary, as well as subject to modification, and is in no way binding on the Government. Responses should reference "Modernized Commodity Fuze (MCF)", should not exceed 25 pages in length to include cover page, appendices, tables and figures, and should be mailed to AFLCMC/EBDZ, Bldg 350, 205 West D Ave., Suite 183, Eglin Air Force Base, FL 32542-6844, ATTN: Erik Urban. Delivery of electronic copies is acceptable, if under 5MB to erik.urban@eglin.af.mil. Responses must be received no later than 3 PM CDT on Friday, October 19, 2012. All questions should be submitted to the Procuring Contracting Officer (PCO), Erik Urban, at (850)883-0263 or erik.urban@eglin.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AAC/EBDZ-MCF-001/listing.html)
- Place of Performance
- Address: AAC/EBDZ(K), 205 W D Avenue STE 545, Eglin AFB, Florida, 32542, United States
- Zip Code: 32542
- Zip Code: 32542
- Record
- SN02888420-W 20120920/120919002504-538f3ef50f7964f808422b5324c0e2e5 (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 |