MODIFICATION
A -- Defense Sciences Research and Technology
- Notice Date
- 3/16/2005
- Notice Type
- Modification
- NAICS
- 541710
— Research and Development in the Physical, Engineering, and Life Sciences
- Contracting Office
- Other Defense Agencies, Defense Advanced Research Projects Agency, Contracts Management Office, 3701 North Fairfax Drive, Arlington, VA, 22203-1714
- ZIP Code
- 22203-1714
- Solicitation Number
- BAA05-19
- Response Due
- 2/7/2006
- Archive Date
- 2/8/2006
- Point of Contact
- Brett Giroir, Deputy Director, DSO, Phone (571) 218-4224, Fax (571) 218-4553,
- E-Mail Address
-
bgiroir@darpa.mil
- Description
- INTEGRATED PLASMA GENERATING STRUCTURES (IPGS), SOL BAA 05-19, Addendum 6, DUE: 05/26/05. TECHNICAL POC’s: Dr. Terrence Weisshaar, DARPA/DSO, Ph: (571) 218-4620 and Dr. Leo Christodoulou, DARPA/DSO, Ph: (703) 696-2374, Email: baa05-19@darpa.mil; URL: www.darpa.mil/dso. Website Submission: http://www.sainc.com/dso0519/ Description The Defense Advanced Research Projects Agency (DARPA) is interested in receiving proposals for research, development and proof-of-concept demonstrations of efficient, integrated plasma generating structures (IPGS) capable of producing ionized air on or near surfaces. The IPGS program seeks to integrate structural/mechanical attributes, such as load bearing structures, together with plasma generation in the same system. It also aims to provide these features at low weight, low volume with a high level or unique performance, flexibility in design, reduced complexity and high reliability. The program intends to develop materials, devices and integrated systems that provide efficient plasma generation that can be spatially and temporally modulated near surfaces in quiescent or moving air, over a wide range of temperatures, ranging from very cold to very hot. The specific objectives of this program are 1) the development and demonstration of novel, efficient plasma generating materials systems where volume, weight and power are severe constraints; 2) the establishment of metrics, rules and tools for selection, design and operation; and 3) the fabrication of demonstration devices for testing to clearly demonstrate their value to the Department of Defense (DoD). Project Requirements All proposed projects must result in efficient devices and structures in engineering-compatible time-frames and develop broadly applicable approaches, rules and tools for design and use of the devices in a broad range of environments. Proposals must explicitly identify the unique features of the plasma generation device or structure, compared to conventional devices and clearly identify a specific set of metrics that addresses the intent of the proposed program. Proposers must clearly describe and define a two phase program lasting no more than three years; Phase I should not exceed fifteen (15) months and must have specific, quantitative go/no-go milestones to be achieved before beginning Phase II. Integrated, multidisciplinary, collaborative efforts or teaming arrangements among industry, universities, federal laboratories and military users are encouraged. Since the emphasis of the program is on the development of a system that includes efficient, light-weight, low volume plasma generation devices and material systems, structures composed of discrete components that require extensive, heavy, externally supplied electrical power or communication, or command and control support (i.e., complex arrangements of sensors, actuators and control systems) are not of interest and will not be considered. Format and Content of Full Proposals Proposals must follow the general guidelines for full proposal format and content provided at http://www.darpa.mil/baa/baa05-19pt2.html. Technical proposals must cover the following eight topics: 1) the ultimate goal (operation, environment, etc.) and attributes of the proposed devices and material system, including the novelty and advantages; 2) the essence of the device, material or structure, clearly identifying its functions and the underlying (postulated) operative physical mechanisms; 3) the uniqueness of the idea and its advantages over the state-of-the-art; 4) the overall technical approach, including key challenges and how and when they will be addressed; 5) specific and quantitative Phase I and II milestones needed to demonstrate progress in reaching the ultimate goals of the program; 6) the potential for producing the materials devices or structures (one-of-a-kind demonstrations that cannot be made into a practical structure will not be acceptable); 7rated. 1. Insensitivity Testing and Requirements: Small scale (laboratory scale) Insensitive Munitions (IM) tests for cook-off, bullet/fragment penetration and shape charge impact will be used to determine insensitivity using the procedures described in NAVSEA INSTRUCTION 8020.5C, of 05 May 2000. Enclosure (3) of NAVSEA INSTRUCTION 8020.5C provides detailed procedures to be followed in laboratory testing for insensitivity. Requirements are (1) Fast and slow cook-off: No reaction more severe than controlled burning (i.e., the rate of combustion is constant). (2) Bullet/fragment penetration: Unreactive or no response more severe than controlled burning. (3) Shape charge impact: No reaction more severe than controlled burning. (4) Sympathetic detonation: No detonation from 25 grams of explosive system energetic material (as configured in the explosive system) at the same distance at which 25 grams of TATB is detonated by 25 grams of C-4 (initiator explosive). 2. Switching Mechanism: Successfully demonstrate in laboratory scale experiments a mechanism to transition or dial from insensitive state to state where energy release (detonation) is achieved. 3. Full Energy Release and Requirement: Demonstrate the end state of the system will result in detonation with at least the following characteristics: The explosive energetic system must demonstrate at least 70 percent of the detonation effectiveness of the calculated output. Phase II Program Requirements—Larger scale, integrated components system demonstration. The system for Phase II is defined as the optimization of the system components demonstrated in Phase I such that upon integration of the components the size, weight and volume of the system are commensurate with existing warheads while still meeting the specific metrics of Phase I. SUBMISSION OF WHITE PAPERS: We strongly encourage white papers in advance of full proposals. Each white paper will address concept technical issues and capabilities of the proposing organization. The white paper should clearly describe the core concept behind the binary energy management including switching mechanism and scheme to achieve switching mechanism for the system proposed and provide estimated or calculated energy content (kcal/cc and kcal/g) for the concept system. The white paper should discuss the rationale for why the proposed system cannot be compromised, and estimate the size of the final system. White papers should be a maximum length of 8 pages [11 or 12 font size] including graphics and drawings. No more than one concept is to be addressed in a single white paper. Multiple white papers from a single source are acceptable. White papers sent in response to this solicitation are due NO LATER THAN 1600 HOURS ET APRIL 26, 2005. DARPA recommendations and requests for a full proposal submission to include cost and schedule information for Phase I only will be made within approximately thirty (30) days of that date. Proposers will be given until June 23, 2005 to respond with submission of the full proposal. DARPA reserves the right to request full proposals from any specific sections of any white paper submission and/or to encourage teaming between proposers and/or other entities. To facilitate the submission of white papers, a website http://www.sainc.com/dso0519 has been set up. For more detailed instructions on submitting white papers, please refer to the instructions for BAA05-19 found at the website http://www.darpa.mil/baa/baa05-19. FORMAT AND CONTENT OF FULL PROPOSALS: Follow general guidelines for full proposal format and content provided at http://www.darpa.mil/baa/baa05-19. To receive consideration under this addendum, PROPOSALS ARE DUE AT DARPA NO LATER THAN 1600 ET June 23, 2005. Proposals received after that date will be considered under the open BAA only. A website http://www.sainc.com/dso0519/ has been established to facilitate the submission of full proposals electronically. This site will allow the filling in of contact information and the uploading of a full proposal created with the requirements listed in this addendum and in accordance with the original BAA05-19 published. Note: if the website is not used, please use the U.S. mail system at the address listed below or the BAA e-mail: baa05-19@darpa.mil. PROPOSAL EVALUATION: Evaluation of the proposals will be in accordance with BAA05-19. For complete details on writing a full proposal, please see FEDBIZOPPS solicitation BAA05-19, http://www.darpa.mil/dso/solicitations/solicit.htm. Address for Submission of Unclassified White Papers: DARPA/DSO, ATTN: BAA05-19, 3701 North Fairfax Drive, Arlington, VA 22203-1714, E-Mail: baa05-19@darpa.mil GENERAL INFORMATION: In all correspondence, reference BAA05-19, Addendum 5. Technical Point of Contact: Dr. Rosemarie Szostak, DARPA/Defense Sciences Office, Ph: 571-218-4588, Email: rszostak@darpa.mil Original Point of Contact Brett Giroir, Deputy Director, DSO, Phone (571) 218-4224, Fax (571) 218-4553, Email bgiroir@darpa.mil NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (16-MAR-2005). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 10-MAY-2005, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/ODA/DARPA/CMO/BAA05-19/listing.html)
- Record
- SN00804142-F 20050512/050510212342 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |