Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 12,1999 PSA#2322

Munitions 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