Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 19,1995 PSA#1328

ARMAMENT CONTRACTING DIVISION (WL/MNK), Building 13, 101 WEST EGLIN BOULEVARD, Suite 337, EGLIN AFB FL 32542-6810

A -- WEAPON CARRIAGE TECHNOLOGY (WCT) PART 1 OF 2 SOL PRDA NO. MNK-0002 POC CONTACT MELISSA JOHNSON, CONTRACT SPECIALIST, At (904) 882-4294 EXT 3207, OR LORNA TEDDER, CONTRACTING OFFICER, At (904) 882-4294 EXT 3399. A--INTRODUCTION: Weapon Carriage Technology (WCT): This Announcement is in two parts. This is part 1 of 2. PRDA No. MNK 95-0002. The Air Force Wright Laboratory Armament Directorate is interested in receiving proposals on Suspension & Release Equipment (S&RE) technology that can satisfy the requirements defined below. The objective of this announcement will be to solicit a potential offeror that can develop and demonstrate advanced S&RE technology for future advanced strike aircraft. Proposals in response to this announcement must be received no later than 12:00 PM Central Standard Time 45 calendar days after publication of this announcement and must be addressed to Wright Laboratory, Armament Directorate, Contracting Division, Building 13, 101 West Eglin Boulevard, Suite 337, Eglin AFB FL 32542-6810, Attn: Ms. Melissa Johnson (WL/MNK), proposals handled by courier should be delivered to Building 13, Room 337. If the due date falls on a weekend or federal holiday, the due date shall be the next workday. Offerors should request a copy of the WL Guide entitled, ''PRDA and BAA Guide for Industry''. This guide was specifically designed to assist offerors in understanding the PRDA/BAA proposal process. Copies may be requested from the contracting officer cited in this announcement. Proposals should be submitted in accordance with this announcement. Proposal receipt after the cutoff date and time specified herein shall be treated in accordance with FAR 52.215-10, ''Late Submissions, Modifications, and Withdrawal of Proposals''. Offerors should be alert for any Program Research & Development Announcement (PRDA) amendments that may be published. B.-REQUIREMENTS: (1) Technical Description: WL/MNAV is responsible for the development and demonstration of advanced S&RE technology for future advanced strike aircraft. The advanced S&RE technology will utilize a non-pyrotechnic energy source and will be compatible with inventory, developmental, and advanced conformal air-to-surface and air-to-air weapons. The S&RE technology may be modular in nature and will be capable of mounting in a conformal S&RE pallet arrangement, an advanced pylon, and in an internal weapons bay. The S&RE will also be capable of easy relocation to permit weapon loadout flexibility while minimizing the required number of S&RE units on the aircraft. The program will consist of three phases with an optional fourth phase, Phase I: Concept Development/Detail Design (9 months), Phase II: Fabrication (12 months), Phase III: Ground Test (9 months), Phase IV: (optional) Aircraft Integration/Flight Test Support (16 months). The WCT program will support future aircraft development programs including E&MD programs evolving out of the Joint Advanced Strike Technology (JAST) program. The WCT program will provide S&RE technology for both existing and advanced weapons. In Phase I, trade studies will be conducted to arrive at a recommended design concept and a detail design will be accomplished. Phase II will include fabricating S&RE hardware for testing. During Phase III, ground testing will be conducted to measure S&RE ejection performance and to qualify the unit for flight test. The program will conclude with an optional Aircraft Integration/Flight Test Support (Phase IV). The completion of these tasks will demonstrate a common S&RE technology capable of numerous employment approaches along with significant improvements in supportability. (2) Deliverable Items: The following deliverable data items as a minimum shall be proposed: (a) Status Report, DI-MGMT-80368/T, monthly, (b) Contract Work Breakdown Structure, DI-MGMT-81334, (c) Project Planning Chart, DI-MGMT-80507/T Quarterly, (d) Programs Milestones Program Plan/Schedule, DI-A-3009/T, (e) Conference Minutes, DI-ADMN-81250A, (f) Presentation Material, DI-ADMN-81373/T, (g) Contract Funds Status Report (CFSR), DIF-6004B, quarterly, (h) Contract Schedule Status Report (CSSR), DI-F-6010A, (i) Developmental Design Drawing and Associated List, DI-DRPR-81002, (j) Data Accession List/Internal List, DI-A-3027A, (k) Subsystem Design Analysis Report, DI-GDRQ-80567, (l) System Safety Hazard Analysis Report DI-SAFT-80101, (m) System Safety Program Plan DI-SAFT-80100, (n) Status of Government Furnished Equipment (GFE) Report, DI-MGMT-80269, (o) Detail Mass Properties Report, S&RE Mass Properties Evaluation, DI-GDRQ-81229,(p) Test Plan/Procedures, Wind Tunnel Test Plan, DI-NDTI-80808, (q) Test Inspection Reports - General Wind Tunnel Test Report, DI-NDTI-80809A, (r) Test Plan/Procedures Ground Testing, DI-NDTI-80808, (s) Test Plan/Procedures Flight Test Plan, DI-NDTI-80808, (t) Scientific and Technical Reports, DI-MISC-80711/T, (u) Test Plan, Structural Test Plan, DI-NDTI-80566, (v) Test Inspection Report, Structural Test Report, DI-NDTI-80809A, (w) Environmental Design, Test Plan, S&RE Endurance Vibration Test Plan, DI-ENVR-80861, (x) Environmental Test Report S&RE Endurance Vibration Test Report, DI-ENVR-80863, (y) Electromagnetic Interference Control Procedures (EMITP) Electromagnetic Compatibility Analysis, DI-EMCS-80199A, (z) Electromagnetic Interference Test Procedures (EMITP) Electromagnetic Compatibility Test Plan, DI-EMCS-80201A, (aa) Electromagnetic Interference Test Report (EMITR) Electromagnetic Compatibility Test Report, DI-EMCS-80200A. (3) Security Requirements: TEMPEST requirements will apply. Generation of classified material for this solicitation effort is authorized only on equipment approved for classified processing by Air Force TEMPEST authorities. (4) Other Special Requirements: International Traffic in Arms Regulations apply. C--ADDITIONAL INFORMATION: (1) Anticipated number of awards: One (2) Anticipated Period of Performance: The total length of the technical effort is estimated to be 46 months. The contractor shall also provide for an additional 4 months for processing/completion of the final report. (3) Expected Award Date: 1995 July-August. (4) Government Estimate: The Government funding profile is estimated to be as follows: FY95 - $400K, FY96 - $1M, FY97 - $800K, FY98 - 1.8M. This funding profile is an estimate only and is not a promise for funding as all funding is subject to change due to Government discretion and availability. (5) Type of contract: Cost Plus Fixed Fee (CPFF). (6) Government Furnished Property: It is the offeror's responsibility to identify and arrange for use of any equipment whether contractor-owned and furnished or government-owned and furnished. (7) The Small Business size standard for this acquisition is SIC 8731, 500 employees. Respondents should state whether they qualify as a small business, a small disadvantaged business, or a small woman-owned business under this SIC code. Any respondent who is a Historically Black College and University or a Minority Institution should so state. This is an unrestricted solicitation: Small Businesses are encouraged to propose on all or any part of this solicitation. (8) Notice to Foreign-Owned Firms: Foreign participation at the prime contractor level is not allowed. (See Part 2 of 2) (0107)

Loren Data Corp. http://www.ld.com (SYN# 0015 19950418\A-0015.SOL)


A - Research and Development Index Page