Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 7,1996 PSA#1717

WL/MNK,Building 13, 101 W. Eglin Blvd, Ste 337, Eglin AFB, FL, 32542- 6810

A -- DEEP EARTH PENETRATING TECHNOLOGY PROGRAM (PART 1 OF 2) SOL MNK-97-0003 DUE 122396 POC Contact Point, Stacey Darhower, (904) 882-4294, ext 3408, Contract Specialist; Jean M. Pulley, Contracting Officer, WL/MNK, (904) 882- 4294, ext 3402. INTRODUCTION: Air Force Wright Laboratory, Armament Directorate, Munitions Division (WL/MNM) is interested in receiving proposals for supporting the Deep Earth Penetrating Technology program involving a conceptual (probably guided) future weapon. Support for this technology program will include technology search for work already conducted or associated with this program, identification of shortfall technology areas, a design and fabrication of scaled penetrators, test design, and (priced option) test of the scaled items . This Program Research & Development Announcement consists of 2 parts (Part 1 of 2). The Wright Laboratory, Armament Directorate, invites all interested companies to a Preproposal Conference for this program. The purpose of this conference is to inform industry about the requirements, and enhance the success of the acquisition. The Preproposal Conference will be held on 26 November 1996 at 0800 Central Time, Building 13, Conference Room 380, Eglin AFB, FL. You are encouraged to submit, in writing, any questions or comments you wish to have addressed at the conference by no later than 18 November 1996 to: WL/MNK Attn: Stacey Darhower, 101 W Eglin Blvd, Ste 337, Eglin AFB FL 32542-6810. Portions of the conference will be classified (Secret). One on one meetings will not be accomplished. Potential sources who would like to attend the classified aspects of this program should fax a visit request to: (904) 882-4627, WL/MNPR (Security) Attn: Elisabeth Breaux. Proposals in response to this announcement must be received no later than 45 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: Ms Stacey Darhower (WL/MNK). This is an unrestricted 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-97-0003). Proposals handled by courier shall be delivered to Bldg 13, Rm 337, Eglin AFB FL. Proposals submitted must be in accordance with this announcement. 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. See Numbered Note 26. B--REQUIREMENTS: (1) Technical Description: WL/MNM is conducting the 25 month Deep Earth Penetrating Technology Program which intends to obtain designs for a conceptual weapon capable of penetrating over specified depths of sand. The program will be a coordinated effort between the Wright Laboratory Armament Directorate (WL/MN), the Air Force Development Test Center (AFDTC) (if necessary), and acceptable contractor(s) to collect data from other programs, identify shortfall technologies, provide solutions/alternatives to shortfall technologies, and provide penetrator design(s) capable of surviving the specified depth. Provide two, one twentieth and four, one fortieth scale (by weight) fabricated test items and design a test series for the six scaled test items. A priced option conducting the tests to determine phenomenology of the penetration event and depth versus velocity curves should be included in all bids. This should be a separately costed item. TECHNOLOGY GOALS: The following goals have been established for this research program: survivable penetrator, minimum total weapon weight, penetration of specified distance (further if possible), all technology shortfalls identified for a conceptual all up weapon, and penetrator and penetrator phenomenology determined. These goals have been established as an initial baseline. DESIGN: The detailed design of the conceptual penetrator shall be completed by a contractor. The design shall be sufficiently complete and contain the level of detail required for fabrication of test items. The contractor shall address the following aspects of a future weapon in the design: warhead case, guidance/control section, high explosive section, weapon materials, fabrication methods, fuzing, physical and functional interfaces between interrelated components and the 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 where possible. The government will approve the final design of the penetrator concept prior to any fabrication. Changes to the final design will require government approval. FABRICATION OF HARDWARE: The contractor shall fabricate the two, one twentieth and four, one fortieth scale (by weight) penetrators when the government approves the design and provides approval for fabrication. GUIDANCE, NAVIGATION, AND CONTROL REQUIREMENTS: The contractor shall account for guidance, navigation, and control space in the penetrator design. AIRCRAFT INTERFACE REQUIREMENTS: The candidate test aircraft for possible follow-on programs is an F-16 Block 50. Aircraft/weapon interface and control shall be designed to correspond to a standard 1760 interface connector in these follow-on programs. TESTING: The contractor may acquire independent test data or collect data through their own testing in order to provide a design. The contractor shall document and deliver to the government any analyses/test data gathered as a result of this contract. Testing of conceptual and final designs will be conducted at the option of the government (priced option). Bids should state in the priced option if Eglin AFB test facilities, equipment and/or personnel will be used as the primary source of test accomplishment, if all testing will be accomplished by the contractor, or any combination between these ends. Explosives used in testing require identification. Information on explosives used in testing require identification as to type and rating. Information on explosives must be submitted to Stacey Darhower at WL/MNK no later than 10 days prior to proposal submittal. This information shall include the category and rating of the explosive to be used and the facilities in which the explosive will be used or stored. C--ADDITIONAL INFORMATION: (1)The Government contemplates award of one contract, however, the Government reserves the right to make more than one award or no award at all. (2) Anticipated Period of Performance: 25 months (19 months for the basic and 6 months for option). (3) Expected award date: 10 Mar 1997. (4) Start date is 25 Sept 97. (5) Government Estimate: The Government expects to fund at a level up to $650 thousand for the entire 25 month effort (basic and option), $2K - FY97, $475K - FY98, and $173K - FY99. This is an estimate only, not a promise of funding availability. (6) Type of Contract: Cost Plus Fixed Fee (CPFF) is anticipated. (7) Government Furnished Property: It is the offeror's responsibility to identify any government furnished property (GFP)/facilities (GFF)/equipment (GFE) necessary for the performance of the option. In addition to identifying the items required by nomenclature, part number, or other description and specifying and justifying the period of use, offerors shall furnish authorization for use directly from the Contracting Officer having cognizance of the property. The estimated rental charge for use of such property shall be furnished in the proposal. The proposal shall clearly delineate the base support required, the period of time during which it is needed, and a discussion of the impact on the program if not available. The following data shall be submitted for each additional item of GFP/GFF/GFE requested: National Stock Number (NSN) or part number, complete description, quantity, dates needed (number of days after contract award) for receipt and return, current location, offeror's shipping address, and the estimated fair rental value.. The Government will assist in providing Government-owned property as appropriate if available. (8) Size Status: Even though this acquisition is full and open competition, the appropriate SIC code and small business size standard is 8731/500 employees. Your size certification will be based on this size standard. (9) Notice to Foreign-Owned Firms: Such firms are restricted from bidding on this contract (0310)

Loren Data Corp. http://www.ld.com (SYN# 0002 19961106\A-0002.SOL)


A - Research and Development Index Page