Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 3,1995 PSA#1316

Air FORCE WRIGHT LABORATORY ARMAMENT DIRECTORATE CONTRACTING DIVISION WL/MNK,101 W. EGLIN Blvd, STE 337, EGLIN AFB, FL 32542-6810

A -- MINIATURIZED MUNITION TECHNOLOGY (PART 1 OF 2) SOL PRDA MNK-95-0003 POC Contact CAPTAIN CHARLES MORTON, CONTRACTING OFFICER, (904) 882-4294, Ext 3402. A--INTRODUCTION: Air Force Wright Laboratory, Armament Directorate, Munitions Division (WL/MNM) is interested in receiving proposals for supporting the Miniaturized Munition Technology (MMT) demonstration program involving a conceptual guided 250-lb weapon. Support for the technology demonstration will include detailed weapon concept design, fabrication of weapon guidance/control sections, and support for testing conducted at Eglin AFB, FL. Proposals in response to this announcement must be received no later than 30 days after publication in Commerce Business Daily (CBD) and addressed to Wright Laboratory, Armament Contracting Division, 101 W Eglin Blvd, Ste 337, Eglin AFB FL 32542-6810, Attn: Capt Charles E. Morton (WL/MNK). This is an unrestricted solicitation. Small businesses are encouraged to propose on all or any part of this solicitation. Proposals submitted after the cut-off date specified herein shall be treated in accordance with FAR 52-215-10, ''Late Submissions, Modifications, and Withdrawal of Proposals.'' Respondees should reference the above number (MNK PRDA-95-0003). Proposals handled by courier shall be delivered to Bldg 13, Rm 337, Eglin AFB FL. Proposals submitted must be in accordance with this announcement. Offerors are strongly encouraged to submit early to expedite source selection. Since this is a Program Research and Development Announcement (PRDA), there will be no formal request for proposal or other solicitation regarding this announcement. Offerors should be alert for any PRDA amendments that may be published. The Government reserves the right to amend the due date to allow for subsequent submission proposal dates. If sufficient proposals are selected to satisfy the PRDA objectives as a result of the first submission, subsequent opportunities for proposal submission will not be available. B--REQUIREMENTS: (1) Technical Description: WL/MNM is conducting the 18 month Miniaturized Munition Technology (MMT) Program which intends to show the feasibility of a conceptual 250-lb guided weapon through a technology demonstration. The program will be a coordinated effort between the Wright Laboratory Armament Directorate (WL/MN), the Air Force Development Test Center (AFDTC), and acceptable contractor(s) to design, fabricate, and test this conceptual weapon. The following types of units will be fabricated for this demonstration program: all-up weapons (live and inert fill) with guidance/control sections for captive carry and air drop tests, warheads (live and inert fill) with simulated guidance/control sections for sled track tests, and stand-alone live warheads for lethality tests. The contractor shall provide on-site technical support at Eglin AFB, FL for the entire duration of this contract. TECHNOLOGY GOALS: The following goals have been established for this technology demonstration program: weapon diameter (warhead and guidance/control section excluding fins) - 6 inches, weapon total length - 72 inches, all-up weapon weight - 250 lbs, including a minimum of 50 lbs of high explosive, weapon delivery accuracy - CEP of 3 meters (no target location error due to surveyed target), optimum weapon penetration - 6 feet of SAC-5 concrete. These goals have been established as an initial baseline and may be changed during the program with government direction/approval. DESIGN: The detailed design of the entire conceptual weapon shall be completed by a contractor. The contractor shall accomplish detailed design and assembly sequence drawings of the technology demonstration units to include any additional features required for the ground and flight tests that are not part of the candidate aircraft test vehicle. The design shall be sufficiently complete and contain the level of detail required for component/subcomponent fabrication, assembly, and testing. The contractor shall address and fully characterize the following aspects of the design: warhead case, guidance/control section, materials, fabrication methods, physical and functional interfaces between the explosive fill and warhead case, physical and functional interfaces between the warhead case and fuze, physical and functional interfaces between the fuze and guidance/control unit, physical and functional interfaces between the fuze and explosive fill, physical and functional interfaces between the warhead case and guidance/control unit, physical and function interfaces between the overall weapon concept and candidate aircraft, and any other relevant aspects of the design. The design shall attempt to maximize the use of off-the-shelf and proven components. The Hard Target Smart Fuze developed by WL/MN and Motorola shall be incorporated into the design with no physical reconfiguration of the current fuze. Additionally, the weapon design concept shall be compatible with a FZU-48 wind turbine generator. Software changes to the fuze to make it compatible with hardware in this technology demonstration will be accomplished under another government directed effort. The contractor shall establish an associate contractor relationship with the fuze contractor (Motorola) to ensure proper physical and functional compatibility of the fuze and conceptual weapon system. The government will approve the final design of the weapon concept prior to weapon fabrication. Changes to the final design will require government approval. FABRICATION OF HARDWARE: The contractor shall fabricate the guidance/control sections per the government approved design. The guidance/control section hardware shall include all necessary components, including the flight control computer, Inertial Measurement Unit (IMU), GPS p/y code receiver and antenna, folding fin system, actuators, encrypted telemetry kit, fuze interface kit, flight termination hardware, cables and brackets, and section housing. System/subsystem component testing shall be accomplished on the guidance/control section hardware to ensure that it meets weapon concept requirements. Assembly of the guidance/control section with the warhead will be completed by the government. Fabrication of the warhead cases will be accomplished by the government at the WL/MN Model Shop. Fill of the warhead (live and inert) will be completed by the government at the WL/MN High Energy Research and Development (HERD) Facility. GUIDANCE, NAVIGATION, AND CONTROL REQUIREMENTS: The contractor shall design the guidance, navigation, and control requirements around Differential GPS/INS guidance schemes. The contractor shall perform wind tunnel analysis and deliver wind tunnel data in a contractor readable format (BAV testing) to the government. The contractor shall develop an integrated software package for the guidance, navigation, and control of the weapon concept which should include a strap-down navigation algorithm, transfer alignment, GPS/INS integration, application of differential corrections to the GPS solution, guidance law, and autopilot. Preliminary hardware-in-the-loop simulations shall also be conducted incorporating both INS and Differential GPS signals for pre-flight test analysis of the weapon concept. AIRCRAFT INTERFACE REQUIREMENTS: The candidate test aircraft for this program is an F-16 Block 50. Aircraft/weapon separation and guidance and control shall be designed to correspond to a standard 1760 interface connector. The Operation Flight Program (OFP) from the Exploitation of Differential GPS for Guidance Enhancement (EDGE) HIGH GEAR Program shall be used with minor modifications. Modifications to the OFP will be completed by the government with contractor support. TESTING: The contractor shall conduct, document, and deliver to the government analyses required to obtain government flight test approval. In addition, the contractor shall support government flight test approval meetings. All testing will be conducted at Eglin AFB, FL and will use government facilities, equipment, and personnel as the primary source of test accomplishment. Testing will include hardware-in-the-loop simulations, sled track, lethality, environmental and functional, static ejection, captive carry, and air drop testing. The contractor shall support all testing as required. (2) Deliverable Items: The following are required deliverable Items: (a) Detailed design drawings in government approved contractor format, (b) Four (4) guidance/control sections specified above with a contract option for four (4) additional guidance/control sections, (c) conceptual weapon data and associated reports as required, and (d) monthly cost, schedule, and performance metrics to focus on program risk areas. (3) Security Requirements: Portions of this program will be classified up to the SECRET level. (4) Other special requirements: The Government anticipates the following design reviews, program reviews and meetings: Kickoff within one week of contract award at contractor facilities, design reviews on a monthly basis at contractor facilities until detailed design is complete, Monthly Technical Interchange Meetings held in conjunction with design reviews, unless another review is held, at contractor facilities, and a Final Program review at completion at government facilities at Eglin AFB, FL. (SEE PART 2 OF 2). (0089)

Loren Data Corp. http://www.ld.com (SYN# 0002 19950331\A-0002.SOL)


A - Research and Development Index Page