|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 24,1999 PSA#2309Commander, Naval Air Warfare Center Weapons Division, Code 210000D, 1
Administration Circle, China Lake, CA 93555-6100 A -- AUTOMATED WEAPONEERING SOL N68936-99-R-0072 DUE 051099 POC Glenda
Downing, Contract Specialist, (760) 939-7503 AUTOMATED WEAPONEERING The
Naval Air Warfare Center, Weapons Division (NAWCWD), and the Office of
Naval Research (ONR), are interested in industry responses that
address approaches for Automated Weaponeering. The objective is to
identify weaponeering functions normally performed by human operators
and to develop methods for automating manual weaponeering functions
used in mission planning. Weaponeering is selecting the optimal weapon
type, quantity, and employment tactic in order to maximize the kill
effectiveness against an intended target. A need exists to plan Air
Tasking Order specified missions against large numbers of targets in a
short amount of time. Automated mission planing and weaponeering tools
will often be used to re-allocate assets in real time for use against
newly emerging, time sensitive, targets of opportunity. The mission
areas of interest are naval surface fire support and precision strike.
The weapons of interest are Navy, tactical, air-to-surface and
surface-to-surface weapons. These weapons can be divided into three
classes of weapons for purposes of weaponeering: unguided, inertial
measurement and global positioning system (GPS) guided, and seeker
guided. Targets that are to be attacked will be located and identified
by targeting systems, which will provide the target's geographic
location, the target location error distribution and a target
description. An automated weaponeering system may include some of the
following functions as well as others. Weapon target pairing: Some
level of weapon and launch platform monitoring could provide awareness
of weapon availability and status. Weapon types must be selected from
those available and assigned to new target(s) in a timely manner. The
assignments should be made such that the overall lethality or kill
effectiveness and launch platform survivability is maximized in all
weather and in the presence of counter measures. The need to minimize
collateral damage may influence weaponeering solutions. Aim-point
selection: If there is any extentto the intended target, an aim-point
must be chosen that will maximize the effectiveness of the weapon. The
size, shape and type of the target, as well as the size and shape of
the target location error distribution will influence aim-point
selection(s) and sub-munitions dispense parameters. Optimize weapon
delivery: Some of the delivery parameters to be optimized are approach
azimuth angle, approach dive angle, release point and others. The
launch platform route must be specified so as to maximize the weapon
kill effectiveness and launch platform survivability. In addition,
required weapon handoff data could include GPS coordinates, fuse
delays, sub-munitions dispense parameters, seeker data and other data.
Calculate expected effectiveness: Standard methodologies exist for
calculating the expected kill effectiveness of a weapon given its type,
the target type and the delivery parameters. We are interested in
innovate proposals that address some or all of the issues listed in
this announcement. We are also interested in further definition of
these and other issues that may be associated with automated
weaponeering. Commercial networking and data base technologies may be
applicable and are of interest to us. Successful automated weaponeering
concepts will eventually be transitioned into future mission planning
systems and into automated weapons delivery systems. Proposers should
submit their security clearance capabilities in their proposals. While
most aspects of this BAA are unclassified, work on some aspects of the
effort may require the contractor to receive, generate and store
material up to the level of SECRET. Offerors are also encouraged to
make preliminary inquires on the need for the effort contemplated
before expending the time and effort of preparing a proposal. Once a
proposal is submitted, all discussions must be conducted with the
Contracting Officer assigned to this BAA. PROPOSALS: An original plus
three (3) copies of formal proposals should be submitted. The following
format is provided for proposal submission. This is general guidance
only and not necessarily all-inclusive. 1. BASIC INFORMATION (to appear
on cover page) (a) Name, address, CAGE code, and type of entity. (b)
Type of business selected among the following categories; Large
Business, Small Business, Small Disadvantaged Business, other Small
Business, HBCU, MI Other Educational, or Non Profit. (c) Title and date
of proposal. (d) Statement that this proposal is submitted pursuant to
(cite appropriate BAA announcement). (e) Government funding requested.
(f) Duration of proposed effort. (The proposed work should have a
period of performance of not greater then four (4) years and should be
structured in a manner that will facilitate early close-out in the
event the projections are not realized, i.e., separate and distinct
phases by Government fiscal year, options, etc.) (g) Names, telephone
numbers, facsimile and e-mail addresses of the technical and business
personnel who may be contacted for more information or regarding
negotiation purposes. (h) Dates of submission and signature(s) of
official(s) authorized to obligate to the institution contractually.
(i) Identification of any proprietary information to be used for
evaluation purposes only. TECHNICAL INFORMATION (a) Concise abstract of
the proposed effort. (b) Discussion of how the proposed research effort
will respond to the objectives of NAWCWD. (c) Statement of Work written
in plain English, outlining the scope of the effort and citing specific
tasks to be performed and who will perform them, with approximate time,
cost, and other information appropriate to each task. (d) Description
(in sufficient detail to evaluate the proposal) of the scientific
background, objective, and technical approach for each proposed task;
appropriate references to the scientific literature should be cited.
(e) Names of and brief biographical information of key personnel. COST
INFORMATION (a) Proposed price or total estimated cost. (b) A cost
estimate, broken down by fiscal year, for the proposed effort
sufficiently detailed for meaningful evaluation; offers shall provide
supporting information on all items listed in the proposed budget. (c
) Subcontracting plan for offers over $500,000.00. PROPOSAL EVALUATION:
Proposals will not be evaluated against each other since they are not
submitted in accordance with a common work statement. Evaluation of
proposals will be accomplished through a technical review of each
proposal using the following criteria, which are listed, in descending
order of importance. (1) Potential contributions to the effort of
Automated Weaponeering; (2) Overall scientific and technical merit in
the technical concept and approach; (3) The offerors capabilities,
related experience, facilities, techniques or unique combinations of
these which are integral factors for achieving the objectives; (4) The
qualifications, capabilities, and experience of the proposed principal
investigator, team leader, of key personnel who are critical in
achieving the objectives; (5) Reasonableness and realism of proposed
costs and the availability of funds. All proposals submitted to NAWCWD
shall be considered government property. Proposals will not be
returned. This announcement solicits the participation of all offers
capable of satisfying the government's needs. The government will not
cover any costs associated with proposal preparation, nor pay, as a
direct expense preparation cost on awarded contracts. This announcement
consistutes the technical requirements in full text. No other
solicitation or Request for Proposal will be issued. Any contract
awarded as a result of this BAA will have a maximum length of 4 years.
This is an unrestricted solicitation. Responses from all responsible
sources will be considered. The Standard Industrial Classification code
is 8731 with the small business standard of 1,000 employees. No
portions of this BAA have been set aside for historically black
colleges and universities and minority institutions. Approximately
$1,000,000 of exploratory development (6.2) funds are anticipated to be
available over a four-year period beginning Fiscal Year 1999 to conduct
these research and development efforts. POINT OF CONTACT: For
contracting questions Ms Glenda Downing, (760) 939-7503, e-mail
downinggo@navair.navy.mil. Technical questions should be addressed to
Mr. J Mark Reynolds (760) 939-2509, e-mail reynoldsjm@navair.navy.mil.
Proposals are due by 4:00 PM, Pacific Time 10 May 1999. Proposals
should be submitted to Naval Air Warfare Center Weapons Division,
Attention: Code 210000D (Glenda Downing), 1 Administration Circle,
China Lake, CA 93555-6100. Posted 03/22/99 (I-SN311225). (0081) Loren Data Corp. http://www.ld.com (SYN# 0003 19990324\A-0003.SOL)
A - Research and Development Index Page
|
|