|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 8,1996 PSA#1718WL/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 (0311) Loren Data Corp. http://www.ld.com (SYN# 0004 19961107\A-0004.SOL)
A - Research and Development Index Page
|
|