|
COMMERCE BUSINESS DAILY ISSUE OF JULY 15,1996 PSA#1636Commander, Naval Air Warfare Center Weapons Division, Code 210000D, 1
Administration Circle, China Lake, CA 93555-6001 A -- BROAD AGENCY ANNOUNCEMENT FOR MANUFACTURING RESEARCH AND
DEVELOPMENT OF X-BAND ACTIVE ELECTRONICALLY SCANNED ARRAY
TRANSMIT/RECEIVE MODULES SOL N68936-96-R-0282 DUE 083096 POC Jerry
Manley, Contract Specialist, (619) 939-4273 or Doreen Paul, Contracting
Officer, (619) 939-9665. The Naval Air Warfare Center, Weapons Division
(NAWCWPNS) China Lake, CA is sponsoring a Broad Agency Announcement
(BAA) for manufacturing research and development of X-band Active
Electronically Scanned Array (AESA) Transmit/Receive (T/R) modules to
make manufacturing costs significantly less than current designs. The
module design shall be driven by requirements for future Navy ships. An
option shall be proposed to expand the design to meet airborne radar
requirements, making maximum use of commonality. The thrust of this
effort is to create design and manufacturing innovations to achieve per
element module cost of $300 after the first 20,000 modules production.
Questions of a technical nature concerning this requirement may be
addressed to: ERICH MUSCHINSKE PHONE: (619)-939-6514 CODE 472G10D
(256D) FAX: (619)-939-0151 NAVAIRWARCENWPNDIV, 1 ADMINISTRATION CIRCLE,
CHINA LAKE, CA 93555-6100. E-MAIL: eric_muschinske@
mlngw.chinalake.navy.mil Background: AESA radars demonstrate excellent
potential for expanding the capability, improving the reliability and
lowering the life cycle costs of ship based, aircraft and missile
radars. However, current production costs for T/R modules make the
initial acquisition of AESA radars cost prohibitive for most of these
applications. To make AESA radars affordable, a major technology
paradigm shift must be effected to bring module production costs down
to an average of $300 or less after the first Engineering Model
Development (EMD) next generation shipborne radar is completed. The
purpose of this program is to develop T/R module designs and
manufacturing methods, meeting the performance and interface
requirements for future Navy combatants, while demonstrating that these
designs are capable of meeting the $300 cost goal. This effort must
complete within 18 months so that low cost T/R module technology can be
inserted into near-term shipboard and airborne radar system development
schedules. Requirements: Offerors who can demonstrate previous
experience in manufacturing T/R modules for AESA applications and who
have existing facilities for high rate manufacturing are invited to
submit proposals for the development and pilot manufacturing run of a
low cost X-band T/R module. The anticipated performance period is 18
months. The short length of this program puts a premium on rapid
manufacturing technology development. Additionally, potential follow-on
contracts will require all offerors to possess TOP SECRET facility and
personnel security clearances. Teaming of offerors to achieve these
goals is encouraged. Classified annexes to the proposals, if required,
should be coordinated with Mr. Muschinske at the above address.
Production cost is the greatest driver in this program. Much of the
success of the program depends on accurately predicting module cost. To
this end, the offeror must analytically explain why his approach is
inherently low cost. A significant part of this effort is a cost model
needed to accurately track cost and predicted changes to cost as
module specifications and requirements change. This cost model should
include components, substrates, packaging, interconnects, capital
equipment, labor and testing. The cost model should be based on past
and current cost history. The T/R module specifications must be
consistent with a contractor defined radar design concept capable of
meeting mission requirements for future Navy combatants and cost less
than $300 to produce. The successful offeror(s) shall establish T/R
module performance specifications as a flowdown of trade analysis for
concepts meeting radar mission requirements versus projected module
costs. An analytic cost model shall be established and used to track
T/R module cost projections throughout the program. The offeror shall
start with a baseline radar design concept, based on current
state-of-the-art module designs, and show design trades that can
significantly reduce system cost without sacrificing the radar's
mission capability. The offeror should strive to keep the components
and interfaces of the T/R module common across ship based, airborne and
missile applications. This will permit the lowest possible cost by
allowing the greatest economies of scale in module production. The
offeror(s) shall supply a T/R module design that gives adequate
consideration to the array structure needed to support the module.
Provision is needed for array cooling, control and signal manifolding.
The module design shall facilitate reducing the manufacturing cost of
these support structures and functions. The module design must support
a significant reduction in the total manufacturing cost of the radar
system, not merely shift costs from the module to the supporting array
structure. For example, moving circulators outside of the module to
the array structure does not reduce costs for the purposes of this
program. The offeror shall design and build a small quantity
(contractor proposed) of modules to verify performance and then,
following Government approval, build 100 modules to test manufacturing
improvements. As an option, the offeror shall propose to manufacture
1000 modules. This option shall be exercised at contract award and
shall have the same period of performance as the basic contract. The
module manufacturing run shall be tested to verify performance and
assess reliability. Statistical performance and reliability data shall
be collected and analyzed to show life cycle costs are reduced. A cost
analysis shall be submitted to show that the goal of $300 per module
can be reached after 20,000 modules production in FY 2000. As an
additional option, the offeror shall propose to manufacture 100 modules
to support the offeror's notional airborne intercept AESA concept. This
option shall have the same reporting requirements as the basic
contract. This option shall be exercised within 6 months of the start
of contract, contingent on funding availability, and shall complete by
the end of the basic contract. Because the thrust of this program is
reducing overall AESA manufacturing cost, a common interface is needed
for all of the applications. Previously each AESA had its own unique,
proprietary interface to modules, controllers and the array structure.
For this effort, the offeror shall propose a new interface for RF and
control signals and a physical interface which shall become Government
property at the end of the contract. The object is to have a common
interface for all modules in future AESA radars. The interface
developed on this program will likely become the DoD standard interface
for future AESA designs. Deliverables: Data deliverables include a
monthly progress report in contractor format consisting of technical
progress, cost, schedule and management summaries and plans for the
next month. A report detailing how the modules would be incorporated
into an array shall be delivered at the time of the manufacturing test
module Critical Design Review (CDR). Periodic reviews will be held
based on program milestones. Offerors should bid based on 3 reviews and
one working group (WOG) meeting at the contractor's location. The
Kickoff Review shall present the offeror's module/array concept, cost
model, cost analysis based on the model, identify risk items and
critical components, and present program and module build schedules.
The Preliminary Design WOG meeting shall show the preliminary module
design, the preliminary array structure design, a cost model update,
and demonstration results for any critical components. The module CDR
shall present the final module design, cost modeling update, and
prototype module performance results. The Final Review shall present
the statistical manufacturing results of the manufacturing test run,
the module performance statistics, reliability assessment and the cost
analysis based on the manufacturing test run. The contractor shall
provide a final report detailing module design, performance and
reliability. A section covering manufacturing improvements shall be
included. The electrical and physical interface specification,
including drawings shall be delivered. The final report shall also
contain a cost analysis based on the manufacturing test run detailing
how a final cost of $300 per module would be obtained under high rate
production. The contractor shall deliver half of the prototype modules,
two RF test fixtures and controller documentation to the Government at
the start of the module manufacturing run. Half of each month's
finished modules shall be delivered to the Government in the month
following their manufacture. All remaining modules shall be delivered
to the Government at the end of the contract. The funding profile for
the program is $6,800,000 in FY97 and $2,200,000 in FY98. The
Government intends to award up to two contracts from this funding.
Additional contracts may be funded as money becomes available. PART II:
PROPOSAL PREPARATION AND SUBMISSION Preparation: All proposals should
include the information specified in this announcement. Any proprietary
data supplied for evaluation purposes only must be clearly and
specifically identified. Restrictive markings on proposals must clearly
indicate any limitations on the disclosure of the contents. In the
absence of any such identification, it will be assumed the Government
has unlimited rights to all data in the proposal. The offeror shall
develop and provide a Statement of Work (SOW) for incorporation into
the resulting contract. The SOW shall contain sufficient information
for the Government to gain insight into how the offeror will conduct
the trade studies, design and manufacturing tests. The technical
portion of the proposal shall contain the following: 1) A two page
summary explaining the technical approach and the cost modeling
proposed. 2) A section of no more than 10 pages detailing the technical
approach to achieving the $300 module including the cost drivers for
overall module cost and the path for lowering each component cost to
reach the $300 goal. 3) A section of no more than 10 pages detailing
the offeror's radar design concept, trade studies and module
performance upon which the $300 modules and array structure will be
based. 4) A section of no more than 5 pages showing the offeror's
concept of how this module would fit into a low cost array structure,
including estimates of cost, power and cooling for the structure. 5) A
section of no more than 10 pages detailing the cost models used to
forecast the $300 module cost including past cost history, current
costs and assumptions used for each area of cost reduction. 6) A
section showing all GFE/GFI needed for the contract and naming all
major subcontractors. The management portion shall contain the
following: 1) A section of no more than 10 pages describing the
management organization and structure including cost and schedule
controls. 2) A section containing resumes of key personnel emphasizing
recent T/R module related performance and experience. 3a) A section
briefly describing the facilities and equipment to be used in the
contract, including the ability to protect classified information up to
the TOP SECRET level. 3b) Evidence supporting past experience in
building X-band T/R modules for AESA applications, and evidence of
existing manufacturing facilities for high rate T/R module production.
4) A list of technically related contracts the offeror has performed
in the last three years, including base price and any modifications or
changes to the final price and any changes to schedule or deliveries.
This list shall show the contract number, name and phone number of the
cognizant contracts person. The cost proposal shall be submitted as a
separate document. It should contain the following: 1) A cost breakout
by task and sub-task down to the third WBS level, tied to a detailed
program timeline. 2) Any required supporting cost information. Cost and
technical proposals shall remain valid for 360 days. Submission:
Proposals may be submitted anytime before 1500 Pacific Daylight Saving
Time on the day listed in block 10 of this announcement. Early
submissions are encouraged. Proposals should be addressed to: Commander
Code 210000D, Attention: Jerry Manley NAVAIRWARCENWPNDIV 1
Administration Circle China Lake, CA 93555-6001. To expedite
evaluation, multiple copies of the proposals shall be submitted. Six
copies of the technical portion, four copies of the management portion,
and three copies of the cost portion shall be submitted. Foreign
contractors should be aware that restrictions may apply which could
preclude their participation in this acquisition. A request for
determination of NOFORN disclosure has been submitted, but no
determination has yet been made by the Navy International Programs
Office (NIPO). The technical portion of the proposal may be classified
up to the SECRET level. If an annex at a higher classification is
required, it must be coordinated with Mr. Muschinske. PART III:
PROPOSAL EVALUATION Proposals submitted in response to the BAA will be
evaluated in accordance with the following criteria which includes
Technical, Past Performance, and Cost categories. The technical
proposal must give clear, detailed information sufficient to enable
evaluation based on the criteria listed below. The Technical and Past
Performance categories are equal in value and are of greater value than
the Cost Realism category. TECHNICAL 1. The overall applicability to
the Navy's mission and the suitability of approach presented in the
conceptual design, the suitability of the T/R module for shipboard,
aircraft and missile applications, and the probability of the
technology being a viable candidate for insertion into an operational
system. The assessment of a shipborne radar based on the T/R module
concept to protect of Navy ships against Anti-Ship Cruise Missiles. The
assessed contribution of the system concept to ship radar signature.
Demonstration of the concept to meet the cost goals of the program. 2.
The technical merits of the proposed approach with emphasis on new,
innovative techniques that reduce manufacturing costs while maintaining
radar performance. The ability of the offeror to develop a module
design that also decreases the cost of AESA supporting structures,
reducing overall AESA acquisition costs. Under the category of
Technical, both subfactors are equal in value. PAST PERFORMANCE 1. Past
Performance considering the offeror's capabilities, related experience,
facilities, experience of the principal investigator and of the team's
key personnel in the design, development and manufacturing of T/R
modules. COST 1. The reasonableness and realism of the proposed cost
and fees. It is the policy of NAWCWPNS to treat all proposals as
privileged information before award and to disclose the contents only
for the purposes of evaluation. Discussion will be opened with those
contractors whose offers were deemed of the highest interest to the
Navy. The anticipated contract performance period is 18 months. The
type of contract is cost plus fixed fee. None, one, or multiple
contract awards will be made as a result of the proposals received.
Additional awards may be made as funds become available. All options
are independent and could be exercised individually, together or not at
all. All responsible offerors will be considered for award. See note
26. (0193) Loren Data Corp. http://www.ld.com (SYN# 0001 19960712\A-0001.SOL)
A - Research and Development Index Page
|
|