SOURCES SOUGHT
A -- Aerophysics Test Program V - SS001
- Notice Date
- 4/28/2017
- Notice Type
- Sources Sought
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - RSA (W9113M) - (SPS), 5300 Martin Rd, Redstone Arsenal, Alabama, 35898-0000, United States
- ZIP Code
- 35898-0000
- Solicitation Number
- Aerophysics_Test_ProgramV-SS0001
- Archive Date
- 5/27/2017
- Point of Contact
- Laura E. Noel, Phone: (256)955-5935, Tarshalyn M. Sanders, Phone: 2569555949
- E-Mail Address
-
laura.e.noel.civ@mail.mil, tarshalyn.m.sanders.civ@mail.mil
(laura.e.noel.civ@mail.mil, tarshalyn.m.sanders.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- DRAFT SS0001 SUBMITTAL INSTRUCTION DRAFT DRAFT DRAFT DRAFT SCOPE OF WORK AEROPHYSICS TEST PROGRAM V SCOPE OF WORK # XX-SMDC 1.0 BACKGROUND 1.1 The Aerophysics Test Program V (ATP V) continues and extends the efforts performed under the original ATP contract that went into effect on 19 September 1989, ATP II that went into effect on 1 March 1994, ATP III that went into effect on 13 Dec 2002 and ATP IV that went into effect in September 25, 2012. Under the ATP I, the essential capability to perform hypervelocity/aerophysics research in support of strategic, theater and tactical missile defense requirements was established. Test programs in support of Anti-Satellite (ASAT), Lethality and Target Hardening (LTH), Kill Assessment and Patriot warhead development efforts were carried out under the ATP I contract. Test programs in support of LMI, MMI, and THAAD kiH assessment for input into computational lethality codes; advanced tactical long-rod penetrators and tactical nosecones; and research in kinetic energy coupling to fluids were carried out under ATP II. This work has demonstrated the capability to perform experiments and analyses applicable to the Missile Defense Agency/ U.S. Army Space and Missile Defense Command (MDA/USASMDC), the U.S. Army Aviation & Missile Command (USA/AMCOM), the U.S. Air Force, the Defense Advanced Research Projects Agency (DARPA) and private contractors. Counter Improvised Explosive Device (IED) testing and improvement, flight vehicle weather encounter testing (rain drop deformation/demise after transit ng bow shock), miscellaneous lower velocity launch operations and reverse ballistics test capabilities were added under ATP III. The efforts performed under ATP IV continued work supporting SMDC and customers in a variety of analyses utilizing the capabilities of the UAH equipment and resources, utilizing the hypervelocity light gas gun facilities, the measurement sensors and the experience base of the UAH range and other personnel to perform experiments and analyses for a broad class of Government specified programs. ATP IV also included the installation of a 1 to 3 terawatt, electrical pulse power system, expanding research into other high energy density physics and related fields. Similar efforts are planned for APT V. 1.2 The hypervelocity aerophysics research capability permits sub-scale to full-scale ground based tests. With facility upgrades implemented under ATP I - IV, scale replicas of theater missile defense interceptors can be launched over most of the expected range of intercept strike velocities, strike angles and interceptor pitch angles. These ground tests provide a relatively low cost and fast response method for obtaining experimental data for screening of systems concepts for down select decisions, for generating a broad data base for threat optical/infrared signature, lethality, kill assessment and peg points to validate computational codes. These ground tests can also significantly reduce the performance risks going into full¬ scale proof of principal flight test programs. Other facility upgrades occurring within ATP IV included the installation of a 1- 3 terawatt, electrical pulse power system, expanding research into high energy density physics, plasmas and related fields, a plasma drag gun system for micrometeoroid impact studies at or greater than orbital velocities, and a friction stir welding system in support of research in advanced metal joining technologies. 2.0 PROGRAM OBJECTIVES The objectives of the ATP V are to perform experiments and analyses for the evaluation and assessment of sensors, plasma and related devices, control devices and algorithms, directed energy and high energy laser technologies, high energy density physics, manufacturing technologies and hypervelocity impact phenomenology including kinetic energy lethality and lethality criteria development, kill assessment, survivability and target hardening; assessment of kill enhancement devices including kinetic and chemical methods; tactical armor penetrator development and evaluation; the characterization of target observables including target radar and optical/infrared signatures; the determination of threat missile characteristics; to determine the flow environment effects on interceptor sensor performance; penetration-aids technology development and evaluation including decoys to match/mask the missile signature and/or alteration of the missile signature; development and evaluation of low observables technology; the development and evaluation of next generation propulsion and plume technology; planning, organizing, and directing extensive software development and test efforts; software verification and validation; perform software engineering analysis and studies, data analysis, archiving & distributed systems research; use lethality codes, such as parametric Endo/Exoatmospheric Lethality Simulation (PEELS) code and MUVES-S2 Model for ballistic vulnerability/lethality analysis, for assessment and analysis; dynamic and structural component analysis; impact testing to support collision analysis and finite element modeling of threat and target models using LS-DYNA or other dynamic collision test models, weapon system and component evaluation, to include the impact on and from cyber effects and other operational and availability risks as they relate to the weapon system, components and their respective suppliers; engineering management support; management information system research, analysis, and evaluation; and to provide field experiment support. 3.0 REQUIREMENTS 3.1 The Contractor shall develop test plans (CDRL *002) when required by user to accomplish the tests set forth by the user organization, henceforth designated as the sponsor. The contractor developed test plans shall be for phenomenology tests, target vulnerability tests, flight test support, facility utilization, instrument development, dynamic and structural component analysis, and other tests as requested by the sponsor. (CDRL *002) 3.2 The contractor shall design, fabricate and environmentally condition projectiles to be launched in their light gas guns and testing systems. These projectiles shall be warhead fragments, single or multiple rods; sub-scale replicas of re-entry vehicles, threat missiles, hit-to-kill vehicles or interceptors; or tactical armor penetrators. The contractor shall instrument the sub-scale vehicles to obtain data on vehicle and/or on-board sensor performance. The contractor shall design and fabricate targets as specified by the sponsor. The targets shall be simple mock-ups of complex targets or high¬ fidelity replicas of threat configurations, and include all types of space, airborne and strategic, theater and tactical missiles. This should include the ability to conduct collision of models of airborne platforms with rotorcraft or other vehicles, space collision studies and testing as well as efforts that improve collision modeling in aerospace models such as LS-DYNA. 3.3 The contractor shall perform experiments and analyses of electromagnetic radiation interaction with materials and systems, radio to x-ray frequency band. 3.4 The contractor shall perform experiments and characterization of candidate weld tool materials, tool configurations, and the use of supplemental heating in friction stir welding. Resulting weldments and tools will be assessed regarding the resulting weldment strength, microstructure, defects, and tool wear. 3.5 The contractor shall perform characterization of specimens produced by various additive manufacturing processes. These processes will consider the use of both wire and powder feed stock. Variations in mechanical properties and resulting microstructure will be evaluated and compared between the additive manufacturing approaches. 3.6 The contractor shall perform experiments and analyses, modeling and theory development, on low and high density materials response to a high power electrical energy pulse. Properties of the resulting plasma and associated electromagnetic radiation will be assessed. 3.7 The contractor shall instrument the targets to obtain required data for target vulnerability; lethality criteria development; system effectiveness studies; damage assessment and verification; and kill assessment. This data shall include, but not be limited to, target damage, timing, pressure, acceleration, temperature, displacement/velocity, debris size and velocity distribution, impulse, momentum transfer, and impact radiate spectral emission signature. The sensors and recording systems shall include, but not be limited to, spark shadowgraphs, flash X- rays, high speed cameras, laser photographs, high speed video cameras, radiometers, spectrographs, pressure gauges, accelerometers, Doppler radars, ballistic pendulums and other sensors. Prior to each test the contractor shall coordinate the list of instrumentation, its location, and expectation of recorded data with the sponsor. The contractor shall use lethality codes, such as parametric Endo/Exoatmospheric Lethality Simulation (PEELS) code and MUVES-S2 Model for ballistic vulnerability/lethality analysis, for assessment and analysis; dynamic and structural component analysis; impact testing to support collision analysis and finite element modeling of threat and target models using LS-DYNA or other dynamic collision test models. 3.8 The contractor shall develop new instrumentation and/or data collection techniques. The contractor shall modify the test chambers to conduct instrumentation installation and test. The contractor shall modify launcher system operational conditions, launcher components and range equipment to conduct tests. 3.9 The contractor shall perform tests for the sponsor(s). The contractor shall acquire record and process the data from the various sensors and instrumentation used in the conduct of each test. The contractor shall provide data analysis as required. The contractor shall conduct a test planning review prior to the commencement of each test program, a test program review during test, and a post-test review after each test (CDRL *006) as requested by the sponsor. Each review (test planning, test program, and post-test) shall be conducted at the contractor's plant. The contractor shall develop a test plan, test report, an R&D status report, and a final report requested in the technical directive by the sponsor. The contractor shall plan, organize, and direct extensive software development and test efforts as required; software and model verification and validation; perform software engineering analysis and studies; and use lethality codes for assessment and analysis. The contractor shall perform software accreditation as required, and shall conduct data analysis, archiving and distributed systems research. (CDRL *001, *002,*004, *005, *006) 3.10 The contractor shall attend sponsor program reviews. At each sponsor program review, updates to the program shall be performed by the contractor to include, but not be limited to information on test progress/status, contractual and financial status, and/or test capability. (CDRL *005) 3.11 The contractor shall provide engineering management support, which includes (but not limited to) independent reviews and technical support for planning, scheduling and resource allocation for performance of mission activities. The contractor shall provide prototype design, modeling and simulation, development, environmental testing, planning, execution and oversight of hardware development and fabrication. 3.12 The contractor shall provide unique modeling of environmental, physical, behavioral and combat phenomena", as follows: Using accredited modeling techniques, the University shall develop and implement models of combat phenomena, from weapon-target engagement to strategic level conflict. The University shall model and analyze the wide assortment of environments faced by aerospace systems including low and high speed external flows, compressible, non-compressible, multiphase and reactive flows, and assorted extreme conditions such as hypersonic flow, supercritical and supersonic combustion, and rarefied environments. The University shall develop high-fidelity models of real-world phenomena based on detailed understanding of the physics of the phenomena in question. 3.13 The contractor shall provide management information system research, analysis and evaluation. The contractor shall perform assessments to identify cyber vulnerabilities of system hardware, components, and software. The contractor shall provide training to system users to mitigate cybersecurity infiltration and perform tests to determine system compliance with DoD and Army cybersecurity requirements. 3.14 The contractor shall conduct studies and analyses to research and evaluate risks to identified weapon systems and components to include (but not limited to) cyber effects, operational and supply chain constraints. The contractor shall utilize mapping, modeling and simulation techniques to illustrate and quantify these risks and provide support in the development, planning, execution and oversight of the mitigation of such risks. The contractor shall conduct studies and analyses related to the planning, scheduling, utilization and capacity of test equipment. The contractor shall conduct studies and analyses related to energy and environmental consumption and impact. 3.15 The contractor shall conduct experiments using its aerophysics research equipment to gain an understanding of propulsion phenomena (e.g., combustion, insulation materials behavior) needed to support developing models for incorporation into solid and liquid rocket motor design and performance analysis tools across aerospace platforms. The contractor shall investigate computational fluid dynamics based techniques to solve problems in rocket motor design and analysis. The contractor shall design and develop systems-level models of rocket propulsion systems and shall use these models, along with existing models, to analyze missions for which a given propulsion system design is suited, or, alternatively, to analyze the propulsion system performance needed for a given mission. The contractor shall integrate the systems-level models and engineering-level subsystem models as required to produce increased fidelity for specific applications. 3.16 The contractor shall perform analysis of dynamic and structural components to develop test models of their failure mechanisms, modes and effects. These analyses and research shall include assessment of risks of failure under various stresses, aging, abrasion and the impact of aggregate component failures on the risk of platform failure. The contractor shall conduct research into system simulations of system operational readiness when considering simulations at differing levels of aggregation (components, processes, subsystems, systems). The contractor shall develop reliability design specifications for testing and shall use simulation to further increase the understanding of the modes of the significant failure mechanisms. These models will serve to define the design of static and dynamic tests, including safety of flight testing, highly accelerated life testing effects testing, probabilistic reliability acceptance testing, and life-cycle profiles. 3.17 The contractor shall provide for program management of the contract, including (but not limited to) contract management and administration, cost/schedule performance controls, funds management and timely forecast of cost and schedule changes. The contractor shall relate technical performance to cost and schedule accomplishment in cost performance and funds status reports, monthly status reports and program reviews. The contractor shall perform engineering management support. (CDRL *001, *003) 3.18 The contractor shall provide research, analyses, evaluation and enhancement of processes and procedures used in the testing and calibration of weapon system components utilizing research equipment. The contractor shall perform detailed studies to determine the optimal tools and processes for the test, measurement and calibration of components and their associated diagnostic equipment. The contractor shall document in reports and/or databases the results of these studies, and shall seek to identify system dynamics, equipment inefficiencies and other anomalous situations. 3.19 The contractor shall perform experiments to assess/evaluate the requirements to ensure survivability of strategic, regional, theater, and tactical air and missile defense systems, space and communication assets. The contractor shall perform hypervelocity impact tests in order to determine methods to protect space assets, interceptors, and ground-based assets against a variety of high velocity particle fragment/debris/pellets. 3.20 The contractor shall perform experiments and analyses to assess the effects of the flow environment on interceptor sensor accuracy. The effects of interest may include both aerothermal and aero-optical effects involving air density gradients, boundary layer turbulence, electron density gradients, and injectants for cooling or electron quench. 3.21 The contractor shall develop and maintain a signature database for selected models through measurements and analyses of radar and optical target signature characteristics. Characterize target signatures from the body and wake for the full operating regime of the ground-based defense systems and range instrumentation, as well as anechoic radar chamber capabilities. 3.22 The contractor shall provide test measurements and analytical evaluation to support penetration aids technology programs. 3.23 The contractor shall evaluate innovative discrimination concepts in the dynamic test scenarios given, replicating actual altitude regimes of concern. Evaluate replica decoys and other types of penetration aids at representative velocities utilizing surrogate sub-scale models fabricated with appropriate materials and mass properties. 3.24 The contractor shall perform experiments and analyses for the valuation/assessment of sensors, plasma and related devices, electromagnetic pulse generators, control devices and algorithms. 3.25 The contractor shall develop new concepts and technologies for application to the programs of the Missile Defense Agency, USASMDC/ARSTRAT, AMCOM, AMRDEC, DARPA, and other government agencies, based upon information gained by UAH during experimentation and research. 3.26 The contractor shall perform experiments and analyses for the evaluation and assessment of counter IED technologies of both airborne and ground based threats. 3.27 The contractor shall perform and/or develop models/modeling in the areas of aerospace environmental, dynamic and structural component analysis, model validation, sensor, systems-level rocket propulsion systems, solid propellant combustion and other weapon system related areas. Included as relevant will be the impact on cyber related technologies on models /modeling. 4.0 ENVIRONMENTAL COMPLIANCE - The contractor (and its subcontractors) shall comply with all federal, state and local environmental laws, regulations, and policies for all activities defined in this Statement of Work (SOW), whether conducted at government or contractor facilities. Upon request, the contractor shall make available to the government applicable environmental permits and documentation. The contractor shall be solely responsible for the management, cleanup, protection, and disposal of any and all emissions, effluents, wastes, and hazardous materials used in, generated by, or associated with the actions required by this SOW. The contractor shall report the current status and impacts to program cost, schedule and performance from the above mentioned actions at each management review. 5.0 SAFETY - The contractor shall possess in-depth knowledge of safety engineering and system safety methods and techniques in order to prevent, eliminate, and control safety hazards and risks in proposed or existing system testing, operation or manufacturing processes. 5.1 Development of comprehensive safety architectures that identify practices and or actions to ensure safe interaction, activities in the development or operation of processes or systems. 5.2 Development of procedures and/or plans for implementing safety programs, along with any risk area analysis which pre-determines safety concerns and mitigation techniques intent on preserving safe operation activities. 5.3 Safety Testing The contractor shall have in-depth knowledge of safety testing subcomponents, components, and systems to ensure the test article is safe for human operation, particularly explosives testing. The contractor shall provide the planning, execution and analysis of safety testing, and insure that safe practices are implemented through the conduct of the test. 6.0 OPSEC REQUIREMENTS - The contractor shall update the current Operational Security (OPSEC) Plan (CDRL *007); and in performance of any portion of the contract requiring OPSEC. 7.0 DISTRIBUTION STATEMENTS TO CONTROL TECHNICAL AND OPERATIONAL INFORMATION DATA - All contractor documents or data that contains technical information shall be reviewed and marked in accordance with DOD Directive 5230.24, and Distribution Statements on Technical Documents. 8.0 RIGHTS IN TECHNICAL DATA AND. COMPUTER SOFTWARE - Rights in noncommercial technical data and computer software shall be as specified in DFARS clauses 252.227-7013 and 252.227-701 4, incorporated by reference in Section I of the contract. Rights in commercial technical data shall be as specified in DFARS clause 252.227-7015, also incorporated by reference in Section I of the contract. Rights in commercial computer software shall be as specified in the licenses customarily provided to the public and modified to the extent they are inconsistent with Federal procurement law or do not otherwise satisfy ultimate user needs. A copy of the agreed upon commercial software license for any deliverable commercial software shall be provided as an attachment to the contract. In accordance with DFARS clauses 252.227-7017, 252.227-701 3, 252.227-701 4 and 252.227- 7028, contractor must identify any restrictions on and previous deliveries of any noncommercial technical data or computer software to be delivered or otherwise furnished under the contract. In addition, contractor must identify any restrictions on any commercial technical data or computer software to be delivered or otherwise furnished under the contract and provide copies of the proposed license agreements. All such information must be provided with all responses to Technical Directives or Request for Proposals. 9.0 DOCUMENTATION/RESOURCES The contractor's documentation shall conform to the descriptive materials described in the DD Form 1423-1. All deliverables to the government under this contract shall reflect current industry standards for quality and completeness. All media delivered to or for the U.S. Government under this contract in the form of computer media e.g. CDs, DVDs, etc., shall be free of viruses, which could cause damage, disruption, or degradation to government computer networks and systems. The contractor shall test such media prior to each delivery. This requirement shall also be included in all subcontracts at any tier when the data to be delivered is in the form of computer media. All documentation and technical reports shall have units of measurement designated in SI metric units or in units designated by customer. 10.0 TRAVEL REQUIREMENTS and COST 10.1 Inclusion of travel in a task order constitutes approval, subject to coordination with the COR. The contractor shall be reimbursed in accordance with the Joint Travel Regulation for travel expenses incurred by its employees performing work under individual task orders. 10.2 The Contractor will be authorized travel expenses consistent with the substantive provisions of the Joint Travel Regulation (JTR) and the limitation of funds specified in this contract. All travel requires government approval/authorization in accordance with the following: 10.3 Area of Travel. Performance under this contract may require travel by contractor personnel. If travel, domestic or overseas, is required, the contractor is responsible for making all needed arrangements for their personnel. This includes but is not limited to Medical Examinations; Immunization; Passports, Visas, etc. and Security Clearances. 10.4 Travel Policy. The Government will reimburse the contractor for allowable travel costs incurred by the contractor in performance of the contract and determined to be in accordance with FAR subpart 31.2. Specifically, travel required for efforts assigned under this contract shall be governed in accordance with rules set forth for temporary duty travel in FAR 31.205-46. 10.5 Travel. Travel, subsistence, and associated labor charges for travel time are authorized, whenever an assignment requires work to be accomplished at a temporary alternate worksite. Travel and subsistence are authorized for travel beyond a fifty-mile radius of the contractor's office whenever a contract/task order requires work to be accomplished at a temporary alternate worksite. No travel or subsistence shall be charged for work performed within a fifty-mile radius of the contractor's office. The contractor shall not be paid for travel or subsistence for contractor personnel who reside in the metropolitan area in which the efforts are being performed. The contractor shall be paid on the basis of actual amount paid to the extent that such travel is necessary for the performance of services under the contract and is authorized by the COR in writing. Travel performed for personal convenience, in conjunction with personal recreation, or daily travel to and from work at the contractor's facility will not be reimbursed. 10.6 Per Diem. Per Diem for travel on work assigned under this contract will be reimbursed to employees consistent with contractor policy, but not to exceed the amount authorized in the Department of Defense JTR.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/7ef45800c498567ee6a60cf2b209b026)
- Place of Performance
- Address: Redstone Arsenal, Huntsville, Alabama, 35898, United States
- Zip Code: 35898
- Zip Code: 35898
- Record
- SN04489641-W 20170430/170428234345-7ef45800c498567ee6a60cf2b209b026 (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 |