Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 27,1998 PSA#2103

Munitions Contracting Division (AFRL/MNK), Building 13, 101 West Eglin Boulevard, Suite 337, Eglin AFB, FL 32542-6810

A -- SMALL SMART BOMB RANGE EXTENSION DEMONSTRATION SOL MNK 98-0003 DUE 071398 POC Captain R. Keith Kenne, Contracts Manager, 850-882-4294, ext 3408 A -- Introduction: Air Force Research Laboratory, Munitions Directorate, Assessment and Demonstrations Division (AFRL/MNA) is interested in receiving proposals for the Small Smart Bomb Range Extension (SSBREX) demonstration program involving a GPS/INS guided 250-lb class weapon. The technology demonstration will include detailed weapon concept design, fabrication of weapon guidance/control sections, and support for testing conducted at Eglin AFB, FL. Proposals in response to this announcement must be received no later than 45 days after publication in Commerce Business Daily (CBD) and addressed to Air Force Research Laboratory/Munitions Directorate Contracting Division, 101 W Eglin Blvd, Ste 337, Eglin AFB FL 32542-6810, Attn.: Capt R. Keith Kenne (AFRL/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 theabove number (MNK PRDA-98-0003). 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. B -- REQUIREMENTS: (1) Technical Description: The Air Force Research Laboratory, Munitions Directorate (AFRL/MN) is conducting up to a 24 month Small Smart Bomb Range Extension (SSBREX) program which intends to demonstrate an expanded-footprint small smart bomb in support of the Miniaturized Munitions Capability through an advanced technology demonstration. The program will be a coordinated effort between AFRL/MN, the Air Force Development Test Center (AFDTC), and acceptable contractor(s) to design, fabricate, and test this conceptual weapon. The following types of units will be fabricated for this demonstration program: all-up weapons (inert fill) with guidance/control sections for captive carry and air drop tests. TECHNOLOGY GOALS: The following objectives have been established for this technology demonstration program: (1) demonstrate affordable range extension (cost goal of less than $5k delta cost, for the range extension kit/device, (Average Unit Price (AUP)) for buy of 20,000); (2) provide a weapon delivery footprint of 35 nmi downrange and 20 nmi crossrange (release from 40,000 feet at Mach 0.8) with impact conditions commensurate with 4 ft of SAC-5 concrete penetration (goal is 6 ft of SAC-5 concrete penetration); (3) maintain weapon loadout capacities of the Miniaturized Munitions Technology Demonstrator (MMTD) ( 4 weapons in each F-22 internal bay), where deployment of the compressed-carriage control devices must operate over a reasonable store separation environment; (4) attain a weapon delivery accuracy -- CEP of 5 meters (no target location error); and (5) provide a warhead design to allow for 50 pounds of high explosive (goal). DESIGN: The contractor shall complete the detailed design of the entire conceptual weapon and range extension kit/device. The contractor shall accomplish detailed design and assembly sequence drawings of the technology demonstration units to include any additional features required for the ground and flight tests that are not part of the candidate aircraft test vehicle. The contractor shall ensure that the design is sufficiently complete and contains the level of detail required for component/sub-component fabrication, assembly, and testing. The contractor shall address and fully characterize the following aspects of the design: interface between the range extension kit/device and the conceptual weapon, warhead case, guidance/control section, materials, fabrication methods, and physical and functional interfaces. This includes the physical and function interfaces between the overall weapon concept and candidate aircraft, and any other relevant aspects of the design. The design shall maximize use of off-the-shelf and proven components. The government will approve the final design of the weapon concept prior to weapon fabrication. Changes to the final design will require government approval. FABRICATION OF HARDWARE: The contractor shall fabricate the guidance/control sections per the government approved design. GUIDANCE, NAVIGATION, AND CONTROL (GNC) REQUIREMENTS: The contractor shall provide analysis/simulation results to support GNC accuracy claims for the conceptual weapon. AIRCRAFT INTERFACE REQUIREMENTS: The candidate test aircraft for this program is an F-16 Block 50. The contractor shall ensure that weapon shall be designed to be compatible, through its carriage, with the aircraft's MIL-STD-1760 interface connector. TESTING: The contractor shall conduct, document, and deliver to the government test results and analyses required to obtain government flight test approval. In addition, the contractor shall support government flight test approval meetings. All flight testing will be conducted at Eglin AFB, FL and will use government facilities, equipment, and personnel as the primary source of test accomplishment. The contractor shall support all testing as required. (2) Deliverable Items: The following are required deliverable Items: (a) Detailed design drawings in government approved contractor format, (b) guidance/control sections specified above, (c) conceptual weapon data and associated reports as required, (d) Software models/simulations in contractor format, (e)Test Data/Analyses Results necessary to obtain flight test approval. (3) Security Requirements: Portions of this program will be classified up to the SECRET level. (4) Other special requirements: The Government anticipates the following design reviews, program reviews and meetings: Kickoff within one week of contract award at contractor facilities; Preliminary and detailed design reviews at contractor facilities; Quarterly Technical Interchange Meetings, unless another review is held, at contractor facilities; and a Final Program review at completion at government facilities at Eglin AFB, FL. C -- ADDITIONAL INFORMATION: (1) Anticipated Period of Performance: Up to 24 months. (2) Expected award date: Sept 1998. Expected Contract Start Date: 30 Sept 1998 (3) Funding Estimate: The Government expects to fund at a level up to $2.75 million for the entire 24-month effort with $2.35M planned for FY99 and $400K planned for FY00. This is an estimate only, not a promise of funding availability. (4) Type of Contract: Cost Plus Fixed Fee (CPFF) is anticipated. (5) Government Furnished Property (GFP): It is the offeror's responsibility to identify any equipment to be used whether contractor-owned and furnished or Government-owned and furnished. The Government will assist in providing Government-owned property as appropriate and if available. Two tailkits, less proprietary firmware, from the Miniaturized Munitions Technology Demonstration are available for flight testing as a part of this effort. These two tailkits will be provided under FAR 52.245-19 Government Property Furnished "As Is." Depending on the GFP requested, offerors may require authorization/permission to use certain components due to proprietary classifications. (6) Size Status: For the purpose of this acquisition, the size standard is 500 employees (SIC 8731) (7) Notice to Foreign-Owned Firms: Such firms are asked to immediately notify the Air Force technical point of contact cited below upon deciding to respond to this announcement. Foreign contractors should be aware that restrictions may apply which could preclude their participation in this acquisition. D -- PROPOSAL PREPARATION INSTRUCTIONS: (1) General: Offerors should apply the restrictive notice prescribed in the provision at FAR 52.215-12, Restriction on Disclosure and Use of Data, to trade secrets or privileged commercial and financial information contained in their proposals. Offerors must submit approved DD Form 2345, Export-Controlled DOD Technical Data Agreement, with their proposal. Offerors should state whether they are a large business, small business, small disadvantaged business, nonprofit, educational, or historically black college or minority institution. Offerors should consider instructions contained in the "Proprietary Information" and "When and How to Submit" sections of the AFMC Pamphlet 64-101, "Unsolicited Proposal Guide," copies of which are available by writing to: AFDTC/BC, 205 West D Avenue, Ste 449, Eglin AFB, FL 32542-6863 or telephone (850) 882-2843. AFMC Form 190, Policy Agreements, does not apply to Program Research and Development Announcements. Other information and instructions for working with Program Research and Development Announcements may be obtained by visiting the world wide web site: www.wrs.afrl.af.mil/contract/prdag.htm. Additional proposal questions should be directed to one of the points of contact listed elsewhere herein. A technical and cost proposal submitted in separate volumes is required and must reference the above PRDA number. Volume 1 should provide the technical proposal, and Volume 2 should address the price/cost portions of the proposal. Volume 1 should be limited to a total of 100 pages, including resumes, charts, figures, tables, etc. Pages in excess of the specified 100 pages will be removed and returned to the offeror before evaluation starts. Cost proposals have no limitations, however, offerors are requested to keep cost proposals to 50 pages as a goal, as adequate price competition is anticipated. Contractor proposals shall identify candidate components for the guidance/control section and associated dimensions of each component. Also included in the description of these components shall be a brief notification of the level of development and acceptance testingeach component has been through, keeping in mind that proven off-the-shelf components are desired to minimize risk and schedule delays to the demonstration program. A page is defined to be one side of an 8.5 x 11 inch piece of paper with information on it. Minimum print size is 10 point type, or 12 pitch. Proposals shall be submitted in an original and 5 copies. All responsible sources may submit a proposal which shall be considered against the criteria set forth herein. Copies of the proposals may be forwarded, if the offeror authorizes in writing, to other interested government agencies for funding consideration. Authorization for limited reproduction and dissemination within Government Agencies and National Laboratories is requested. Offerors are advised that only the Contracting Officer is legally authorized to contractually bind or otherwise obligate the Government. (2) Cost Proposal: The accompanying cost proposal/price breakdown shall include a person-hour breakdown by task and a cost element summary (labor, overhead, travel, G&A, etc.). Estimated costs for tests or historical data for similar efforts are requested for program office budgetary estimation and value estimation. The cost of preparing proposals in response to this announcement is not considered an allowable direct charge to any resulting contract, or any other contract. It is, however, an allowable expense to the normal bid and proposal indirect cost specified in FAR 31.205-18. (3) Technical Proposal: The Government does not intend to provide a Statement of Work. Offerors may elect to incorporate a Statement of Work into the proposal or have the Government incorporate the proposal by reference into any resulting contract. The technical proposal shall include as a minimum : (a) detailed technical approach, (b) proposed component description (c) proposed program schedule. All proposals are due no later than 13 July 1998. E -- PROPOSAL EVALUATION: The selection of one or more sources for contract award shall be based on scientific and engineering evaluation of the proposals in response to this PRDA. Proposals will be evaluated as received using the factors given below. No further evaluation criteria will be used in selecting the proposals. The factors, listed in descending order of importance, are: (1) The overall technical merits of the proposal, including risk. (2) The offeror's capabilities, related experience, facilities, techniques, or unique combinations of these which are integral factors for achieving the proposal objectives. (3) The qualifications, capabilities, and experience of the proposed principal investigator, team leader, and other key personnel who are critical to achieving the proposal objectives. (4) The offeror's record of past and present performance. (5) Reasonableness and realism of proposed cost: An evaluation is made of all proposed costs to ensure the offeror has a proper understanding of the effort. It is the policy of AFRL/MN to treat all proposals as privileged information prior to award, and to disclose the contents only for the purposes of evaluation. The offeror must indicate on the appropriate form any limitation to be placed on disclosure of information contained in the proposal. Offerors are encouraged to propose risk/cost sharing arrangements to accelerate this effort. The technical and cost information will be evaluated at the same time. The U.S. Air Force reserves the right to select for award one, several, or none of the proposals received in response to this announcement, though the Air Force anticipates only one award. Offerors may contact the individuals or sections listed herein to obtain generally available clarification of technical/contractual issues and cost proposal format or pricing information. F -- POINTS OF CONTACT: (1) Contracting/Cost: Capt R. Keith Kenne, Contracts Manager, (850) 882-4294, ext. 3408, at AFRL/MNK, 101 W Eglin Blvd, Ste 337, Eglin AFB, FL 32542-6810. The fax number is (850) 882-9599. (2) Technical Issues: Major Peter Van Wirt, (850) 882-8876, ext. 3316, (FAX (850) 882-2201) at AFRL/MNAV, 101 W Eglin Blvd, Rm. 326, Eglin AFB, FL 32542-6810. (3) Omsbudman: Lt Colonel Gary Libell, (850) 882-4294, ext 3420, at AFRL/MNK, 101 W Eglin Blvd, Ste 337, Eglin AFB, FL 32542-6810. The fax number is (850) 882-9599. (0142)

Loren Data Corp. http://www.ld.com (SYN# 0007 19980527\A-0007.SOL)


A - Research and Development Index Page