|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 25,1999 PSA#2290Naval Air Warfare Center Aircraft Division, Contracts Department,
Building 129-2, Highway 547, Lakehurst, NJ 08733-5083 A -- BAA FOR SHIPBOARD WEAPONS LOADER (SWL) SOL N68335-99-BAA-900 DUE
052499 POC Technical -- Steve Singer (732)323-7072;Contracts -- Cindy
Rolenc (732)323-2408 The Naval Air Warfare Center -- Aircraft
Division, Lakehurst (NAWCADLKE) is interested in receiving proposals
(technical and cost) for conducting concept studies for a Shipboard
Weapons Loader (SWL). The proposals should describe the proposed
weapons loader design and include costs associated with conducting the
proposed studies. Submission of proposals to this BAA within 45 days
of this announcement is strongly encouraged. Responses will be accepted
at the procurement office any time during the three-month period from
the date of this announcement. Background: Currently, aircraft loading
takes place aboard several different classes of ships. These include
the aircraft carrier (CV/CVN) the amphibious assault ship (LHA/LHD/LPH)
and aviation capable ships (FFG/DD/CG). There is a variety of equipment
used to load/download weapons/stores to/from Navy/USMC aircraft at sea.
This equipment includes Single Hoist Ordnance Loading System (SHOLS),
Bomb Lift Trailer and manual loading. SHOLS consists of pulleys, hoist
adapters, anchor fittings, clevises, hoisting bands and bomb hoist and
is the primary shipboard aircraft loading method. Each aircraft has
hoist adapters that allow a bomb hoist to be attached to the aircraft
pylon. Additional adapters attached to the weapon/store are configured
with pulleys. The hoist cable is threaded through the pulleys and then
attached to the hoist adapter opposite the adapter that holds the
hoist. As the cable is taken up onto the hoist's drum, the weapon is
raised. Based on different aircraft and various loads, peculiar
adapters are required. SHOLS requires the weapon/store to be positioned
on the munitions transporter and then be positioned directly beneath
the weapons station to be loaded. Depending on the weapon/store,
various adapters are required to be rigged which adds to the overall
loading time. Once rigged, the weapon is inherently stable and the time
to load is minimal due to its self-aligning nature. The gasoline
powered HLU-196B/E Bomb Hoist has a maximum lift rateof 0.33 fps but
cannot be used in bomb bays due to the exhaust. The manual powered
HLU-288/E Bomb Hoist is primarily used in bomb bays and aboard
amphibious assault ships and aviation capable ships. The typical SHOLS
load crew required is 4-5 people. The Bomb Lift Trailer is a low
profile hydraulically actuated push-up loader used primarily to load
the AV-8B centerline weapons station and is located only on amphibious
assault ships. The hydraulic system is powered by a manually actuated
pump. The overall unit is maintenance intensive and has a limited
range of lift. Additionally, the weapon must be pre-positioned on the
trailer before being loaded on the aircraft. Load crew required is 4-5
people. Manual loading is the primary loading method for loading AIM
7, AIM 9 and AIM 120 missiles and 500 lb. class weapons/stores based on
operational experience and preference. Additionally, under high tempo
operations, manual loading becomes the preferred method of loading for
the fleet for up to 1000 lb. class weapons/stores. This method allows
maximum density of ordnance on transport skids and is faster to load
by hand than to wait for equipment positioning/setup to be
accomplished. However, it is labor-intensive. Load crew required is 4-8
people. A large portion of maintenance man-hours is expended on
scheduled inspections and preventive maintenance. An additional labor
intensive process is the inventorying and accounting for numerous small
SHOLS adapters. Aboard ship, hazardous material (HAZMAT) usage is
highly discouraged. Introducing new fuel types and batteries aboard
ship is also discouraged. The shipboard environment includes
temperature extremes ranging from -- 20 F up to 130 F. The SWL will
have to operate in precipitation of all kinds, and on snow and icy
surfaces. The SWL will have to operate in all outdoor lighting
conditions from bright sun to nighttime. The SWL must be compatible
with operators wearing Mission Oriented Protective Posture (MOPP)
nuclear, chemical, and biological warfare protective clothing and also
cold weather gear. The flight deck environment includes broadband
noise ranging up to 140 dB from 50 Hz to 40,000 Hz. This environment
also includes high levels of EMI, salt spray, and a dynamic, high tempo
environment including moving aircraft, personnel, and numerous ground
vehicles. Deck obstacles include steel cables up to 2 inches in
diameter, elevator/deck edge spaces up to three inches and hangar bay
compartment door tracks to 3 inches high. The SWL must be able to
easily traverse under aircraft through crowded hangar and flight decks
exhibiting various aircraft parking and tie-down arrangements. The SWL
shall be capable of operating on aircraft carriers under flight deck
conditions (simple harmonic motion) of 11 in roll with an 18 second
period and 2 in pitch with an 8 second period. It shall also be
designed to remain stable on a static 15 slope in a loaded/operating
configuration. This stability requirement applies at any axis relative
to the SWL. Additional detail and information addressing shipboard
environments is contained in MIL-STD-1365, General Design Criteria for
Handling Equipment Associated with Weapons and Related Items.
Constraints: A typical load process starts with the weapon being
presented to the aircraft environment on an MHU-191 Weapons Skid. The
SWL will be required to either lift the weapon off the skid or lift the
weapon and skid together. It must then move in and around tie down
chains and other obstacles in order to position and load the weapon to
its station with a clean motion. A representative aircraft strike
package consists of eight F/A-18's, one EA-6B, one S-3B and two F-14's.
This strike package is cycled up to eight times during high tempo
operations in a 24 hour period and must be reconstituted each time
within 30 minutes. Aircraft loads can be found in respective aircraft
loading manuals. The operating environment for the SWL will include the
following constraints: (1) Incorporate controls for roll, pitch, yaw,
lateral, fore/aft, with precision control at theweapon; (2) Aircraft
applications (in priority order): (a) F/A-18, (b) S-3, (c) EA-6B, (d)
AV-8B, (e) F-14, (f) H-60, (g) H-1, (h) JSF; (3) Weapons and Stores (in
priority order): (a) Bombs up to 2500 lbs., mines/torpedoes, and empty
fuel tanks; (b) Missiles (air to ground); (c) Missiles (air to air);
(d) Pods; (4) SWL shall not exceed a footprint of 105 in. (L) x 44 in.
(W) with height requirement being minimized. As an objective, cube and
footprint should be minimized; (5) Unloaded weight of the SWL shall not
exceed 4000 lbs. nor have a contact pressure exceeding 280 psi. As an
objective, weight and contact pressure should be minimized; (6) SWL
shall have a payload capacity of 3000 lbs. Goals: (1) Reduce manpower;
(2) reduce maintenance; (3) decrease load times. Proposal Guidance:
Proposals should consist of two separately bound volumes. Volume I
shall provide the technical proposal and management approach and Volume
II shall address cost. Offerors shall submit five copies of Volume I
and three copies of Volume II. Additionally, the offeror must identify
restricted rights to any part of the offer, if any, and mark all pages
that contain proprietary or restricted use data. Volume I should be
limited to 60 pages and include, as a minimum: (1) conceptual design,
(2) resources and facilities available to conduct studies, (3)
qualification of personnel, (4) related projects/performance, (5)
approach for conducting detailed design & analysis, (6) maturity of
proposed technology. Additionally, conceptual designs should have
considerations for system affordability and reduced life cycle costs.
Volume II should be limited to 25 pages and include costs associated
with performing the concept study and delivery of associated reports.
Proposals will be evaluated as they are received. Award decisions will
be based on the availability of funds and the following criteria: (1)
soundness of proposed concept, (2) the offeror's ability to
demonstrate feasibility, (3) the offeror's capabilities, related
experience, facilities, techniques or unique combinations of these
which are integral factors for achieving the proposed objectives, (4)
soundness of scientific/engineering approach and (5) validity of
proposed cost. The cost of preparation of the response to this BAA is
not considered an allowable direct charge to the resulting contract nor
any other contract. The point of contact for technical issues is Steven
Singer, (732) 323-7072. The point of contact for contractual matters is
Cindy Rolenc (732) 323-2408. Offerors may contact these individuals at
any time for clarification of technical/contractual issues and cost
response format. In concert with this announcement, NAWCAD will conduct
an Industry Briefing on 16 March, 1999 at 9:00am at NAWCAD Lakehurst,
New Jersey in Building 562, Room 307 to present detailed information
regarding weapon loads as well as information regarding related ongoing
programs. Offerors are cautioned that only contracting officers are
legally authorized to commit the Government. If selected, a contract
will be awarded for conducting the proposed concept study. These
concept studies may lead to the development of a prototype. The concept
studies will include, but not be limited to, the following deliverable
reports: (1) detailed design, (2) concept of operation, (3) major and
critical dimensions, (4) risk assessments, (5) major systems and
subsystems and (6) costs and a proposed scheduled associated with
building one functional prototype (per design), representative of a
production unit. Expected delivery date for the completed studies is
four months after award or 01 Sep 99, whichever occurs first. Contract
type will be firm fixed price. All proposals submitted under this
announcement should be considered government property. No formal
solicitation will be issued; this BAA is the solicitation. Exterior
markings on the responses to this BAA shall be as follows:
N68335-99-BAA-900, Naval Air Warfare Center, Aircraft Division, Attn:
Cindy Rolenc, Code 2.5.2.1.4CR (Contracts Division), Building 129-2,
Highway 547, Lakehurst, NJ 08733-5082. Posted 02/23/99 (W-SN301084).
(0054) Loren Data Corp. http://www.ld.com (SYN# 0006 19990225\A-0006.SOL)
A - Research and Development Index Page
|
|