Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 26,1996 PSA#1538

101 West Eglin Blvd, Ste 337, Eglin AFB FL, 32542-6810

A -- DEMONSTRATION OF ADVANCED SOLID STATE LADAR (DASSL), PART 1 OF 2 SOL PRDA NO. MNK-96-0007 POC Beverly Shaffer at (904) 882-4294, Ext 3207. A--INTRODUCTION: This is a Program Research and Development Announcement (PRDA). PART 1 OF 2. The Air Force Wright Laboratory, Armament Directorate, Advanced Guidance Division (WL/MNG) is interested in receiving proposals (technical and cost) for supporting the Demonstration of Advanced Solid State LADAR (DASSL) program described below. Proposals in response to this PRDA must be received no later than 45 days after publication in Commerce Business Daily (CBD) by 3:00 P. M. CT addressed to Wright Laboratory, Armament Contracting Division, 101 W Eglin Blvd., Ste 337, Eglin AFB FL 32542-6810, Attn.: Beverly Shaffer (WL/MNK). This is an unrestricted solicitation. Small Businesses are encouraged to participate. Proposals submitted shall be in accordance with this announcement. Proposal receipt after the cut-off date and time specified herein shall be treated in accordance with FAR 52.215-10, a copy of this provision may be obtained from the contracting point of contact. There will be no other solicitation issued in regard to this requirement. Offerors should be alert for any PRDA amendments that may permit subsequent submission of proposal dates. B--REQUIREMENTS: (1) Technical Description: The purpose of the Demonstration of Advanced Solid State LADAR (DASSL) Program is to mature and demonstrate solid state Laser Radar (LADAR) seeker and associated Automatic Target Recognition (ATR) algorithm technology for use on advanced autonomous, precision guided, tactical weapons. The effort begins with a study to minimize life cycle cost by maximizing seeker commonality for future weapons applications. Potential seeker commonality will be assessed by developing conceptual LADAR seeker designs for seven weapon systems (six air-to-surface and one air-to-air). Two LADAR seeker conceptual designs (one for a precision direct attack type weapon and one for a conventional cruise missile type weapon) will be developed into seeker point designs. Form factored seeker brassboards (for these two point designs) will be fabricated and demonstrated through laboratory, field and captive flight testing. The program is part of a joint effort between the Wright Laboratory Armament Directorate (WL/MN) and Naval Air Warfare Center, Weapons Division (NAWCWPNS), China Lake, CA to develop advanced, low cost, solid state LADAR seekers for an autonomous, precision, direct attack weapon (Small Smart Bomb) and advanced cruise missile with a hunter/killer capability and real time mission control. The contractor shall address mission planning issues pertinent to the Small Smart Bomb and advanced cruise missile missions, develop autonomous target acquisition algorithms (target acquisition, identification and tracking) and develop seeker hardware for two seeker point designs. The four phase program will consist of Phase I conceptual laser radar (LADAR) seeker designs (6 months), Phase II LADAR technology development and demonstration (not to exceed 18 months), Phase III form factored point designs of two seeker concepts (approximately 6 months) (may be concurrent with last six months of Phase II and shall be completed by the end of FY98), and Phase IV brassboard seeker fabrication and flight testing (approximately 16 months). PHASE I: The contractor shall develop conceptual seeker designs for six air-to-surface weapon systems and one air-to-air weapon system. A supplemental data package is available that provides certain basic weapon systems requirements and operational conditions. This package is intended to assist contractors in responding to this PRDA. The package may be requested from Lt Kent Broome, WL/MNGS, 101 W Eglin Blvd., Ste 144, Eglin AFB, FL 32542-6810, telephone (904) 882-9443, ext 1259, (FAX (904) 882-4034). The contractor shall maximize the seeker design commonality among the seven seekers and identify the common and pervasive LADAR seeker component development needed to achieve required performance levels. The DASSL program will develop and test only two seeker point designs, however, the seven preliminary designs should identify component commonalities with the potential to effect cost savings in future LADAR seeker applications. The contractor shall further develop form factored conceptual seeker designs for the Small Smart Bomb and advanced cruise missile. The contractor shall develop a prioritized list of component technologies recommended to develop the two conceptual seekers, along with a preliminary cost estimate for each technology development. In addition, the contractor shall formulate an approach to mission planning and autonomous target acquisition for the Small Smart Bomb and advanced cruise missile. PHASE II: The contractor shall develop enhanced seeker designs for the Small Smart Bomb and advanced cruise missile weapon systems and develop and/or demonstrate the most critical technologies that are applicable to the designs through simulations and laboratory demonstrations. The contractor shall utilize digital seeker simulations to support the seeker performance predictions and evaluations (The LADAR seeker model contained in the WL/MN Irma synthetic scene generation model can be made available to the contractor for this effort). The contractor shall also develop a flight worthy modular LADAR seeker brassboard to demonstrate seeker performance enhancements provided by the developmental technologies (through laboratory and field demonstrations). The modular LADAR brassboard shall be documented with technical manuals, operator manuals and drawings suitable for subsequent Government operation, maintenance and modification of the seeker hardware. The contractor shall develop autonomous target acquisition algorithms for the Small Smart Bomb and advanced cruise missile. Air Force and Navy developed algorithms shall be considered in defining the autonomous target acquisition and tracking algorithm suites for the two seekers. In addition the contractor shall address mission planning issues in a sufficient manner to meet, at a minimum, the requirements of the captive flight test that will occur during phase four. PHASE III: The contractor shall refine the form factored seeker designs for the Small Smart Bomb and advanced cruise missile to incorporate the technology successfully developed and/or demonstrated in phase two into each design. Detailed designs and drawings shall be accomplished with sufficient detail to produce brassboard seekers for field and flight testing. The seeker hardware and software designs shall be demonstrated through simulations and laboratory demonstrations. The contractor shall develop test plans for autonomous target acquisition and tracking algorithm demonstration and simulation, laboratory and field testing, and low speed captive flight testing of the form factored brassboard seekers in phase four. The captive flight testing shall demonstrate real time algorithm performance. The Navy (advanced cruise missile) seeker will be captive flight tested on a Government provided aircraft while the Air Force (Small Smart Bomb) seeker will be captive flight tested in a contractor instrumented test pod on a contractor provided aircraft. The Government has a test pod shell that can be made available for this effort. PHASE IV: The contractor shall fabricate a form factored brassboard seeker for the Small Smart Bomb and a form factored brassboard seeker for the advanced cruise missile weapon systems and integrate the autonomous target acquisition algorithms with the respective hardware. Each of the autonomous acquisition seekers shall be demonstrated through autonomous target acquisition and tracking algorithm demonstrations and simulations, laboratory and field testing, and low speed captive flight testing in accordance with the test plans developed in phase three. (2) Deliverable Items: The following are required deliverable items: (a) Conceptual seeker design data and associated reports as required. (b) Design drawings of the modular brassboard seeker and the two form factored brassboard seekers in government approved contractor format. (c) Two (2) form factored brassboard seekers specified above. (d) One (1) modular seeker brassboard, technical manuals, operator manuals and design and interface drawings specified above. (e) Instrumented flight test pod. (f) Scientific reports - Final report DI-MISC-80711/T. (g) Status report DI-MGMT-80368/T. (h) Contract Fund Status Report (CFSR) DI-MGMT-81468. (i) Data accession list DI-A-3027A. (j) Presentation material DI-ADMN-81373/T. (k) Conference agenda DI-ADMN-81249A. (l) Conference minutes DI-ADM-81250A. (m) Cost/Schedule Status Report (C/SSR) DI-MGMT-81467. (n) Contract Work Breakdown Structure (CWBS) DI-A-3023. (o) Test plan DI-NDTI-80566/T. (p) Program plan DI-MGMT-80909/T. (q) Program Schedule DI-MGMT-80507A. (r) Software Req. Spec DI-IPSC-81333/T. (s) Comp. Soft. End Items DI-MCCR-80700/T. (3) Security Requirements: Portions of this program will be classified up to the SECRET level. 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. SEE PART 2 OF 2. (0053)

Loren Data Corp. http://www.ld.com (SYN# 0001 19960223\A-0001.SOL)


A - Research and Development Index Page