|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 30,1998 PSA#2127Supply Department Indian Head Division, Naval Surface Warfare Center,
101 Strauss Ave, Indian Head, MD 20640-5035 A -- POWER SOURCE FOR XM 80 SOL BAA 98-008 POC Brenda Price, 1143B,
(301) 743-6570 E-MAIL: BAA 98-008 synopsis,
BrendaPrice@mail.ih.navy.mil. DESC; THE INDIAN HEAD DIVISION, NAVAL
SURFACE WARFARE CENTER (IHDIVNAVSURFWARCEN) IN COLLABORATION WITH THE
NAVAL SURFACE FIRE SUPPORT PROGRAM OFFICE, has interest in proposals
for providing a power source for the XM 80 submunition proximity fuze
systems. The power source must meet all the environmental and
performance requirements of the host submunition. Technologies should
be mature, and commercially available to allow for transition into
weapon system acquisition with-in two to three years. Particular
emphasis should be placed on the physical size requirement,
environ-mental requirements, reliability, safety, and life cycle costs.
Environmental requirements include the life cycle of the weapon system
as well as the manufacturing and disposal processes. Specific areas of
interest are: power source design, performance, and testing;
composition/ chemical system, processing techniques; and disposal
technology. General design requirements include but are not limited to
the following: Standard Navy ship environments, storage temperature of
-65 to +160 degree F, and the power source must meet all operational
requirements after a minimum of 20 years of storage under these
conditions. The power source must survive a 5 foot drop test without
activating, and must meet all storage and operating requirements
following the 5 foot drop test (MIL-STD-331). The power source will be
subjected to a gun launch shock of 11 to 16 Kgs peak, and may or may
not be activated at gun launch (See below). Subsequently, at
submunition ejection, the power source will be subjected to a shock of
2 to 3 Kgs peak. The power source shall operate in a non-spinning
device and must maintain a minimum of 3 v under all loads. The current
XM80 fuze design envisions a total power requirement of 100
milliwatts. There are three operational temperature requirements and
three activation scenarios that must be addressed as to feasibility,
power source volume/size, and any other issues that the offeror deems
relevant. The potential operating temperature ranges are as follows: a.
-50 to +160 degrees F (U.S. Army requirement) b. -40 to +160 degrees F
(U.S. Army requirement) c. +20 to +130 degrees F (U.S. Navy
requirement) Activation. There are three activation scenarios described
below. Note: If any method other than using launch or ejection forces
is considered to activate the power source, the activation mecha-nism
must be addressed: a. Activation at Launch (Navy Requirement): If the
power source is activated at gun launch, it must achieve an unloaded
potential, or open circuit voltage (OCV) of 3 v dc within 2 minutes,
maintain an OCV of 3-4 v for the remainder of 10 minutes, then support
a 30 ma load for 6 seconds. b. Activation at Launch (Army
Requirement): If the power source is activated at gun launch, it must
achieve an unloaded potential, or open circuit voltage (OCV) of 3 v dc
within 15 seconds (or 6 km flight time), maintain an OCV of 3-4 v for
the remainder of 10 minutes, then support a 30 ma load for 6 seconds.
c. Activation at Dispersion: If the power source is activated by
submunition ejection, it must reach a loaded potential of 3 v within
100 ms, then support a 30 ma load for 6 seconds. Offerors are requested
to submit an abstract of their proposed effort prior to submitting a
complete proposal to preclude unwarranted effort on the part of the
offeror. Any offeror whose abstract is found to be consistent with the
intent of the BAA will be invited to submit a full technical and cost
proposal. Such an invitation does not assure subsequent contract
award. Abstracts should conform to the following format:(a) title page
-- clearly labeled "Proposal Abstract " including the BAA points of
contact along with telephone and facsimile numbers, and signed by the
authorized officer; (b) a maximum three page summary that includes an
overview of the proposed technologies and/or concepts and how they
address the objectives of the program, deliverables associated with the
effort, including estimated cost and schedule broken down by fiscal
year (fiscal year begins 1 October). Proposed effort should be
structured to have a base period of performance of twelve months, but
may include multiple year phased options that could extend beyond the
initial twelve month period. No award can be made without a proposal to
perform a specific effort within an estimated cost and schedule. The
IHDIVNAVSURFWARCEN anticipates that initial selections will be made
during the September/October 1998 timeframe. Responses are due no later
than COB 14 August 1998. Proposals may be reviewed and acted on as they
arrive. The government reserves the right to select for award all,
some, or none of the proposals received in response to this
announcement. It is the policy of IHDIVNAVSURFWARCEN to treat all
proposals as competitive information and to disclose the contents only
for the purpose of evaluation. Proposals shall conform to the stated
format and include the following information:(a) title page -- clearly
labeled "Full Technical Proposal " including the BAA points of contact
along with telephone and facsimile numbers and signed by the authorized
officer; (b) a one page summary of the technology and deliverables; (c)
a one page summary of the schedule and milestones; (d) a one page
summary of any proprietary claims to results, or systems developed for
or supporting this proposal; (e) a statement of work clearly detailing
the scope and objectives of the effort, and, if any, specific
contractor requirements -- if any portion of the effort is predicated
upon the use of government owned resources of any type, the contractor
shall clearly identify the resource (s) required, the date the
resource is required, the duration of the requirement, the source from
which the resource may be acquired, if known; (f) a technical approach
with description of the results, products, and transferable technology
expected from the project; (g) a brief overview of previous
qualifications and accomplishments closely related to this effort; and
(h) one page cost and fee summary and detailed cost breakdowns by
option year (fiscal year), by tasks or sub tasks of labor hours by
labor category, material, travel, computer or other direct or indirect
costs. Offerors should submit proposal(s) (originals, and three hard
copies) to Indian Head Division, Naval Surface Warfare Center, Attn.:
Code 1143B (Brenda Price), 101 Strauss Avenue, Indian Head, Maryland
20640-5035. [To be considered in the initial contract award period,
proposals should be submitted by offers within 30 days of being
notified that their abstract was found to be consistent with the BAA.]
Evaluations of proposals will be based on the following criteria: (1)
overall technical merit of the proposed effort to provide a power
source to meet the environmental and performance requirements of the XM
80 submunition: (2) potential contribution to power source/power supply
technology: (3) offeror`s capabilities, related experience, facilities,
techniques, or unique qualifications: (4) innovation in the
identification of problems and approaches to solutions; (5) realism of
schedule to meet program objectives and transition opportunities:(6)
realism of proposed cost and schedule and availability of funds. All
proposals submitted to IHDIVNAVSURFWARCEN shall be considered
government property. This announcement solicits the participation of
all offerors capable of satisfying the government'needs. The government
will not cover any costs associated with proposal preparation, nor pay,
as a direct expense preparation costs on awarded contracts. DFARs
252.204-7004 "Required Central Contractor Registration" applied to all
contracts awarded after 6-1-98. Lack of registration in the Central
Contractor Registration database will make an offeror ineligible for
award. Please ensure compliance with this regulation when submitting
your proposal. Call 1-888-227-2423 or utilize the following Ind=ternet
address: http://ccr.edi.disa.mil for additional information. Posted
06/26/98 (0177) Loren Data Corp. http://www.ld.com (SYN# 0002 19980630\A-0002.SOL)
A - Research and Development Index Page
|
|