Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 14,1999 PSA#2454

Dahlgren Division, Naval Surface Warfare Center, 17320 Dahlgren Road, Dahlgren, VA 22448-5100

66 -- BROAD AGENCY ANNOUNCEMENT (BAA) HEIGHT SENSOR SOL N00178-00-Q-1001 DUE 102999 POC G. R. Vaughan, Contracting Officer, Code SD105 on (540)653-7478 WEB: NSWCDD Procurement Division Homepage, http://www.nswc.navy.mil/supply. E-MAIL: Questions concerning BAA N00178-00-Q-1001, vaughangr@nswc.navy.mil. Program Objectives: The Naval Surface Warfare Center, Dahlgren Division (NSWCDD) is soliciting proposals for candidate off-the-shelf or advanced prototype systems for sensing height above ground for a Height-Of-Burst (HOB) fuzing application. The chief objective of this effort is to identify and acquire off-the-shelf systems or advanced development prototype systems for study, comparison, and eventual integration into the Land Attack Standard Missile (LASM) fuze system. The LASM program calls for the reconfiguration of approximately 800 Blk II and Blk III Standard Missile variants into LASM rounds. This BAA supports a cost/performance trade study. The objectives of the study are to identify various HOB sensing technologies in industry (RF, optical, dual mode, etc.), compare their capabilities to the LASM fuzing requirements, evaluate modifications required to integrate the sensor/system with LASM, select a subset of sensors for performance evaluations, and finally complete the cost/performance trade study with the selection of a sensor system to enter LASM E&MD. The primary application of the HOB sensor will be for altitude measurement and/or burst height fuzing of LASM, however it is desirable that the sensor may also be integrated with other gun/missile systems that may have similar mission requirements, such as the Extended Range Guided Munition (ERGM). The HOB sensor must be body fixed with pointing determined by the missile body attitude, and must operate in the LASM nosecone, or other appropriate (yet to be determined) locations within the 13 inch diameter missile. It should be noted that the space volume for placement of the sensor is limited. The sensor must be capable of operating within the temperature, shock, and vibration environments of the missile. The sensor must also operate in the variety of atmospheric conditions that can exist in a battlefield environment (rain, aerosols, etc.) The sensor must meet accuracy requirements commensurate to that required of the missile. It is desired that the offered sensor be an off-the-shelf unit, with minimum alterations required for the LASM application. Both proximity sensors and altimeter sensors will be considered for integration as the LASM HOB fuze. Proximity type sensors shall be capable of sending the HOB fire signal when the LASM is in the range of 3 to 25 ft above ground with an accuracy of less than 3 ft, and it is desired that the sensor is capable of being set for fire signal height prior to missile launch. Altimeter type sensors shall as a minimum provide altitude measurements to an external processor at a rate exceeding 150 Hz with an accuracy of less than 3 ft for altitudes from 2 to 2000 ft. The missile closing rate on the ground will be up to 2000 feet per second. It is desired (but not a prerequisite for acceptance) that the sensor be capable of estimating the slope of the ground in the vicinity of the target coordinates, and provide that estimate to guidance so that it can react accordingly to maximize warhead effectiveness. The sensor must measure the distance to the ground at the target area, rather than to the tops of the targets and/or objects (trees, foliage, structures, etc.) which may be next to the targets. It is further desired that the sensor be immune to Electronic Counter-Measures (ECM). White paper submission: Offerors shall submit white papers summarizing the proposed concept, including a rough order of magnitude cost (Non-recurring Engineering (NRE) and Recurring). Offerors may submit more than one HOB fuze system proposal but must submit a white paper for each proposal. The submitted white paper shall address the physical and performance characteristics of the sensor(s) including electrical interface requirements. The industry/Government team will compare these characteristics to the specific LASM requirements. Offerors shall provide sufficient information to demonstrate their understanding of the endgame environments and safety requirements associated with a HOB fuzing system. Offerors shall state the level of testing and/or analyses that has been conducted with this sensor to demonstrate performance. It is anticipated that any contract awards made as a result of this BAA will be made prior to 21 January 2000, and delivery of the candidate sensor may be required as soon as 21 January and not later than 21 March 2000. All proprietary portions of the white paper shall be clearly identified and will be treated in the strictest confidence. White paper shall be submitted in an original and four copies to Naval Surface Warfare Center, Dahlgren Division, Attn: G. R. Vaughan, Code SD105, 17320 Dahlgren Road, Dahlgren, VA 22448-5100. White papers shall be no longer than five (5) pages in length and shall be identified as BAA Number N00178-00-Q-1001. The paper shall identify the technical points of contact (including phone, fax, and e-mail information), and the administrative Point of Contact. Responses to this BAA are required no later than 29 October 1999. Proposals received after the designated time shall be considered only to theextent that funding remains available beyond the initial selection. The Government reserves the right to award on all, some, or none of the proposals received. Offerors shall identify proposed contract type in their white paper submission. Proposal evaluation: White papers will be reviewed and formal technical and cost proposals may be requested from sources whose HOB sensor approach has been selected for further consideration. An invitation to submit a proposal does not assure subsequent contract award. Formal Cost and Technical Proposals will be required approximately four (4) weeks after notification that NSWCDD has decided to pursue the offeror's approach as identified in their white paper submission. Proposals will be evaluated using the following criteria in descending order of importance: (A) Cost of Sensor; (B) Technical capability of the Sensor in context of application to LASM; (C) Counter Measure capabilities; (D) Extent of alterations required to integrate to LASM; (E) Availability of existing performance testing and characterization data; (F) The offeror's capabilities, related experience, facilities, techniques, or unique combinations of these which are integral factors for achieving the proposal objectives; (G) Past performance; (H) Realism of proposed cost; (I) Ability of the sensor to estimate slope; and (J) Feasibility of integration with other gun/missile systems such as ERGM. For the purposes of proposal evaluation, relative criterion importance will be assigned to the criteria as follows: Criterion (A) will be given a relative weighting of 50% while the other criteria will share the remaining 50% of the weighting. Criterion (I) and (J) are significantly less important than criteria (B), (C), (D), (E), (F), (G) and (H). Any general questions regarding this announcement may be submitted to G. R. Vaughan, telephone (540) 653-7478, FAX (540) 653-6810, or via e-mail at vaughangr@nswc.navy.mil. This notice constitutes a BAA for NSWCDD as authorized by FAR 6.102(d)(2). Although no portion of this announcement is set aside, proposals are invited from all sources. This BAA should not be construed as commitment or authorization to incur costs in anticipation of a resultant contract. Information provided herein is subject to modification and in no way binds the Government to award a contract. This CBD notice constitutes the solicitation; there is nothing further to request. This synopsis will be available on the World Wide Web at http://www.nswc.navy.mil/supply. Posted 10/12/99 (W-SN390863). (0285)

Loren Data Corp. http://www.ld.com (SYN# 0238 19991014\66-0001.SOL)


66 - Instruments and Laboratory Equipment Index Page