|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 12,1999 PSA#2322Munitions Contracting Division (AFRL/MNK), Building 13, 101 West Eglin
Boulevard, Suite 337, Eglin AFB, FL 32542-6810 A -- SMALL MUNITION DISPENSER SOL PRDA No. MNK-99-0002 DUE 052799 POC
Contact Ms. Judith Gibson, Contract Specialist, (850) 882-4294, ext
3419 or Ms. Vicki Keider, Contracting Officer, (850) 882-4294, ext.
3404 WEB: PRDA No. MNK-99-0002,
http://afmc.wpafb.af.mil/pdl/afmc/64afmc.htm. E-MAIL:
keiderv@eglin.af.mil, gibsonj@eglin.af.mil. 17. (Part 1 of 2) A --
DESCRIPTION: Air Force Research Laboratory, Munitions Directorate,
Assessment and Demonstrations Division (AFRL/MNA) is interested in
receiving proposals for the Small Munition Dispenser (SMD)
demonstration program involving the development, fabrication, and
demonstration of a captive dispenser system. The technology
demonstration will include dispenser detailed concept design,
fabrication of hard back, subpack, ground testing as well as an
electronics demonstration and optional flight-testing. The Munitions
Directorate anticipates that this program will be awarded under the
authority of Section 845 of the Department of Defense (DoD) 1994
National Authorization Act, as amended by Section 804 of the DoD 1999
National Defense Authorization Act. Commonly known as "Section 845" or
"other transactions for prototype projects," it provides for the
acquisition of prototype projects and allows considerable flexibility
in the acquisition process. Selection of the successful offeror(s) will
be accomplished in accordance with PRDA procedures in AFMC FAR Sup Part
5335. Proposals in response to this announcement must be received no
later than 1:30 P.M. Central Standard Time 45 days after publication in
Commerce Business Daily (CBD) and addressed to Air Force Research
Laboratory/Munitions Directorate Contracting Division, 101 W Eglin
Blvd, Suite 337, Eglin AFB FL 32542-6810, Attn: Ms. Judith Gibson
(AFRL/MNK). This is an unrestricted solicitation. Proposals submitted
after the cut-off date specified herein shall be treated in accordance
with FAR 52.215-1 "Instructions to Offerors Competitive Acquisition."
Responders should reference the above number (MNK PRDA-99-0002).
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 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 and program objectives as a result of the
first submission, subsequent opportunities for proposal submission
will not be available. Due to the size restrictions of the CBD
announcements, a supplemental package is available as a part of this
announcement. Supplemental information includes the PRDA requirements,
model agreement for this program and other information. These have
been posted on the Small Munition Dispenser Demonstration homepage
found through http://eglinpk.eglin.af.mil/OP/RFP.HTM. 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, two or none of the
proposals received in response to this announcement. 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. B -- REQUIREMENTS: (1)
Technical Description: AFRL/MNA is conducting the 25 month Phase I plus
12 month Phase II Small Munition Dispenser (SMD) program. This program
intends to demonstrate a captive dispenser system capable of carriage
and ejection of the Low Cost Autonomous Attack System (LOCAAS) and the
Miniaturized Munitions Technology Demonstrator (MMTD) munitions
currently under AFRL development. The program is divided into five
tasks and two phases. Task I: involves Concept Definition/Detailed
Design. Task II: Hardware Fabrication, Task III: Ground Testing, Task
IV: Electronics Demonstration and Task V: Flight Testing. The program
is further divided into two phases, Phase I is the basic agreement and
includes Tasks I-III. Phase II is an option for Electronics
Demonstration and Flight Testing and constitutes Task IV-V. Phase II is
subject to availability of funds and down select criteria. PHASE I,
PHASE I MINIMUM TECHNOLOGY REQUIREMENTS: The dispenser design shall
describe a full scale flight worthy prototype dispenser system capable
of loadouts or carriage of 8 LOCAAS (GEN II Design) and 4 Tactical
MMTD munitions as described in the government data package. Dispenser
hardware (H/W) shall accommodate 30-inch lug spacing. The offeror shall
show conceptually how the design can accommodate both 14-inch and
30-inch lugs. It is highly desirable that the SMD design not preclude
carriage and maximum sortie effectiveness on the F-16, F-15E, F-117,
F-22 (for this aircraft maximum loadouts possible), JSF, UCAV, B-1B,
B-2, and B-52H aircraft. Dispenser strongback H/W shall be capable of
single and ripple ejection. The H/W shall eject LOCAAS and MMTD
munitions and/or subpacks at velocities ensuring safe separation from
the test aircraft with variable pitch control. The LOCAAS subpack
design shall be full scale and flight worthy. Ground testing shall
include dispenser static testing to include single and ripple ejection
of LOCAAS subpacks, and single and ripple ejection of MMTD mass
simulants. In addition, the offeror shall conduct a munition weight vs.
dispenser weight parametric study. The offeror shall generate graphical
parametric data that clearly indicates dispenser weight and size design
parameters, as a function of munition weight and size. The offeror
shall describe graphically how dispenser weight and size will increase
as the MMT munition increases its weight beyond 250 lbs not to exceed
500lbs. In addition, any significant resultant cost growth or other
significant design considerations shall be indicated. The offeror shall
accomplish the following additional design, fabrication, and testing
requirements. CONCEPT DEFINITION/DETAILED DESIGN (TASK I): The offeror
shall complete the detailed design of the entire system. The system
includes the strong back or hard back, the LOCAAS subpack, and the
ejection mechanisms for LOCAAS and MMTD munitions. The offeror 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 offeror shall ensure that the
design is sufficiently complete and contains the level of detail
required for component/sub-component fabrication, assembly, and
testing. The design shall maximize the use of off-the-shelf and proven
components. The government shall be an active participant in all
design reviews. HARDWARE FABRICATION (TASK II): The offeror shall
fabricate a full-scale dispenser system employing flight worthy
materials and processes. The offeror shall fabricate LOCAAS subpack and
MMTDMass Simulants to specifications stated in government data
packages, as each simulant must emulate the government versions of
LOCAAS and MMTD munitions. The offeror is permitted to modify the
aerodynamic surfaces of the mass simulants in order to ensure
aerodynamic stability without altering the basic body shape. The
offeror is permitted to design and fabricate LOCAAS subpacks to their
own specification as needed for LOCAAS subpack ejection testing.
However, LOCAAS subpack design shall not preclude the LOCAAS loadout
requirement. GROUND TESTING(TASK III): The offeror shall conduct all
ground testing. The offeror shall develop ground test plans for
government approval prior to testing. All ground demonstrations will be
conducted at offeror's facilities. The offeror shall demonstrate static
ejection testing of LOCAAS subpack and MMTD munition mass simulants:
1.) Single and ripple ejection of LOCAAS subpacks. 2.) Single and
ripple ejection of MMTD mass simulants. Single and ripple ejection of
LOCAAS subpacks and MMTD mass simulants shall be demonstrated at
various pitch rates and ejection velocities commensurate with the test
aircraft and supersonic dispense from the F-22. The offeror shall
determine these ejection velocities through engineering analysis or
test. High speed video and high-resolution still photographs will
capture each ejection event. Velocity and acceleration instrumentation
will record data for performance analysis and reporting. The above
Task I-III requirements have been established as an initial baseline
and may be changed during the program with government
direction/approval. PHASE II, PHASE II MINIMUM TECHNOLOGY REQUIREMENTS:
The offeror shall conduct flight-testing. The offeror shall develop
flight test plans for government approval prior to testing. The offeror
is required to provide the test aircraft. The offeror shall accomplish
all activities, which may include but are not limited to, wind tunnel
testing and separation analysis, required to achieve flight test
clearance on chosen test aircraft. The offeror is required to provide
the test range and all LOCAAS mass simulants, LOCAAS subpacks, and MMTD
mass simulants needed to accomplish the testing. The offeror shall
demonstrate under free flight conditions, ejection testing of LOCAAS
and MMTD munition mass simulants: 1) Single and ripple ejection of
LOCAAS subpacks. 2.) Subpack dispenses of LOCAAS mass simulants. 3.)
Single and ripple ejection of MMTD mass simulants. Single and ripple
ejection of LOCAAS and MMTD munitions shall be demonstrated at offeror
determined pitch rates and ejection velocities commensurate with safe
operation of the test aircraft. In addition, the offeror shall
accomplish a full electronic demonstration of 8 munition simulators.
The electronics suite is not required to be form fit but shall
demonstrate 4 major functions. 1) Full power conversion and
distribution of a single Mil-Std-1760 power source (115 Vac, 3-phase)
to 8 munition simulator loads requiring continuous 28Vdc at 3 Amps. 2)
Full Mil-Std-1553 data multiplexing and distribution to 8 munition
simulators. 3) Full broadband GPS raw RF signal distribution to 8
munition simulators with at least one functioning GPS receiver and the
remainder of equivalent loads. 4) Full multiplexing and distribution
of digital discretes to 8 munition simulators. These discretes shall
include, but not be limited to, munition addressing and store present
signals. The offeror shall accomplish the following additional design,
fabrication, and testing requirements. ELECTRONICS TESTING (TASK IV):
The offeror shall conduct all electronics testing. The offeror shall
develop electronics test plans for government approval prior to
testing. All electronics demonstrations will be conducted at the
offeror's facilities. Electronics H/W is not required to be form fit.
Electronics demonstrations shall verify as a minimum, but not limited
to, items listed under Phase II minimum technology requirements.
Offeror is permitted to use personal computers as aircraft and munition
simulators. Offeror is allowed to use equivalent loads for power and
GPS RF transfer testing. FLIGHT TESTING (TASK V): High-speed video will
capture each ejection event. The offeror shall employ test aircraft and
test range of choice. The offeror shall submit flight test plan to the
government for approval before flight-testing. The offeror shall
determine level of electronics needed to accomplish flight testing. The
flight test demonstrations shall verify as a minimum, but not limited
to, items listed under Phase II minimum technology requirements. (2)
MEETINGS: Government anticipates the following, program reviews and
meetings: Kickoff within two weeks of award at offeror's facilities;
Semi-Annual Technical Interchange Meetings at Offeror facilities; and
a Final Program review at completion at government facilities at Eglin
AFB, FL. Posted 04/08/99 (W-SN317589). (0098) Loren Data Corp. http://www.ld.com (SYN# 0004 19990412\A-0004.SOL)
A - Research and Development Index Page
|
|