Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 24,1999 PSA#2309

Commander, 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