Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2006 FBO #1735
MODIFICATION

A -- Armament Technology

Notice Date
5/3/2006
 
Notice Type
Modification
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL - Eglin Research Site, 101 West Eglin Blvd Suite 337, Eglin AFB, FL, 32542-6810
 
ZIP Code
32542-6810
 
Solicitation Number
MNK-BAA-06-0001
 
Response Due
6/5/2006
 
Point of Contact
Mark Fitzgerald, Contract Specialist, Phone (850)883-2670, Fax (850)882-9599, - Carol Abbott, Contracting Officer, Phone 850-882-4294x3404, Fax 850-882-9599,
 
E-Mail Address
mark.fitzgerald@eglin.af.mil, carol.abbott@eglin.af.mil
 
Description
A—INTRODUCTION -- MNK-BAA-06-0001B (Flash/Staring Ladar Seeker (SLS) Special Amendment) (Part 2 of 2): C--ADDITIONAL INFORMATION: (1) Type of Contract: The Government anticipates negotiating one Cost-Plus-Fixed-Fee (CPFF) contract for this effort, but does not preclude other actualities if it is determined to be in the Government’s best interest. (2) Expected Award Date: Late September, 2006. (3) Anticipated Period of Performance: The SLS Program contract is anticipated to take 45 months. (4) Government Estimate: The Government expects to fund up to approximately $7.475K on contract for this program (baseline effort plus 2 priced options). This figure includes approximately $20K, $1,671K, $1,995K, $2,685K and $1,104K in each of FY06-FY10, respectively. This funding profile is an estimate only and is not a promise of funding, as all funding is subject to changes/availability and Government discretion. (5) Government Furnished Items (GFI): The Government may assist in providing GFI, based on availability, if requested. Therefore, the offeror shall include a detailed list of Government resources (material formulation instructions, lethality assessment software, target models, etc.), and their associated approximate costs, required to execute a contract in a timely and cost effective manner. (6) Request For Technical Annex: Technical annex, Minimum Performance Factors for the SLS, as it applies to precision guided munitions, may be obtained by sending a certified copy of a DD Form 2345, Militarily Critical Technical Data Agreement, appropriate clearance data, Commercial and Government Entity (CAGE) code, and approved mailing address to Capt Jade Lemery via email, mail or fax (see Section F – Points of Contact, paragraph (2)). After acceptance of these items, this data package may be obtained in person or via U.S. mail. Request should be provided early enough to allow the Government 14 days to provide the document. No supplemental documentation will be provided unless requested in strict accordance with these instructions. (7) Notice to Foreign-Owned Firms: It has been formally determined that foreign participation will be prohibited. Exceptions may include those contractors with an agreement with the US State Department and a current facility clearance, copies of which should be provided to Section F Points of Contact. (8) Hazardous Materials: The contractor must identify any hazardous materials to be used in performance of this effort in the White Paper and any subsequently requested Formal Proposal. D-- WHITE PAPER AND PROPOSAL PREPARATION INSTRUCTIONS: (1) White Papers: White Papers should address all areas indicated by the Evaluation Factors in Section E – Basis for Award, including how the contractor intends to achieve the objectives/requirements outlined in Section B—Requirements, of this Amendment for the entire program. Applicable experience and past performance and data rights should be addressed. A rough order of magnitude (ROM) cost estimate should be provided and should indicate annual funding as well as major sub-effort funding requirements. Additionally, the white papers shall include any partners, subcontractors, etc., to be utilized, discuss risk (schedule and otherwise) assessment and technology maturity level required to meet requirements. Finally, the white papers should be structured to reflect the baseline effort and priced options described in Section B item 4. (2) General: All offerors should apply the restrictive notice prescribed in the provision at FAR 52.215-1 (e), Restriction on Disclosure and Use of Data, to trade secrets or privileged commercial and financial information contained in their proposals. For formal proposals, submit separate Technical and Cost Volumes, and mark them as valid for 180 days. Volume 1 should provide the Technical Proposal addressing the objectives/ requirements and should be unclassified, if possible. Anyelectrically. Improved system performance will be realized through increased frame rates, elimination of the need for motion compensation, and increased area coverage. In addition, with agile or electronic scanning techniques it is expected that staring Ladar seekers will provide a simultaneous search and track function due to its fast frame rates. Because this is expected to be a single contract award, potential offerors should, at a minimum, possess and have demonstrated experience in a variety of technology areas. Some of the key technology areas include laser physics, optical detector arrays, read out integrated circuit (ROIC) design, ATA algorithms, and system integration. The laser developed under this program must have sufficient output power to achieve the system signal-to-noise ratio (SNR) necessary for accurate 3D imaging at ranges commensurate with guided munition operation. (See Technical Annex) In addition, the laser operation must provide the range resolution (See Technical Annex) necessary to perform ATA functions with accuracy. The purpose of the optical detector array is to sense the laser energy reflected from objects, which may include non-cooperative targets, within the FOV. The detector array developed under this program must be large enough to cover the FOV (See Technical Annex) while providing sufficient number of pixels on target (at range) to successfully perform the ATA functions encountered in autonomously guided weapon operation. The detector array must have adequate sensitivity such that, when combined with the received laser power, a reasonable amount of return signal is detected and accurate 3D imaging can occur. Clearly, the offeror must understand and be able to provide and defend a detailed system SNR analysis. The system SNR is a strong function of the seeker design and components chosen and directly impacts seeker performance. Also, the responsivities within the detector array must be sufficiently uniform across the pixel field or non-uniformity corrections (NUC) will be required to accurately measure range, intensity, and then perform the necessary ATA functions. Finally, it is important for the offeror to be able to present and defend detector designs that meet the bandwidth requirements associated with the range resolution and accuracy needed (See Technical Annex). The purpose of the ROIC is to accept the output of the detector array and, through appropriate circuit design, perform amplification if necessary and determine accurate range and intensity values at the pixel level. The range and intensity values are then sent to a processor that performs the ATA functions. More advanced ROIC designs may include logic for multiple returns within the same pixel and/or fully sample the detector output at the pixel level. The purpose of the ATA algorithms is to accept the parallel data stream output from the Ladar sensor, process that data, and pass on decision-based information to various seeker controls. As part of that decision-based process, the ATA algorithms are required to perform target acquisition, classification, identification, and aim point selection. Each of these capabilities is a strong function of range to target, range resolution, and pixels on target. Adequate system integration plays a key role in this effort. AFRL/MNGS has invested almost $10M in developing and demonstrating staring Ladar seeker technologies. Under this effort, the final deliverable will have to meet minimum performance factors (MPFs) including a volumetric constraint commensurate with integration to a precision guided weapon. The MPFs are available to all qualified contractors. Reference paragraph (6) Request for Technical Annex in C--Additional Information. (3) Test Support: The contractor shall be responsible for all test plans necessary for the maturation and demonstration of the hardware and software products to be tested. Contractor-generated test plans, as approved by the Government, are expected to become schedule milestones. For tests being conducted at Government facilities, the contractor shall be responsible for providing technical support, analysis, data and test planning support to the identified responsible Government test organization. The contractor shall provide test support to include the following: support of test planning meetings; test setup advice; test article build up; checkout; installation of hardware; instrumentation package support required documentation for testing; identification of risk and suggestion of improvements; record test setup; data collection for evaluation of results; post-test analysis and test result documentation. It is expected that ground-based tests will be conducted. (4) Program Tasking: This development effort will consist of a baseline effort and two priced options. The baseline effort will include modeling & simulation and design activities supporting preliminary design and critical design milestones. Option 1 will include subcomponent fabrication, laboratory testing, and final system-level design. Option 2 will include system integration & ground-based testing. In order to proceed to Option 1 and Option 2 of development, the offeror will be required to meet AFRL/MNGS defined criteria as outlined below. (a) Baseline effort to Option 1 gate: The criteria to proceed with Option 1 will be based on the soundness of the design approach as well as ability to address the system requirements and applicable parameters described in the technical annex. The Critical Design Review (CDR) will be the decision point to continue with Option 1. (b) Option 1 to Option 2 gate: The criteria to proceed with Option 2 will be based on subcomponent verification testing and soundness of the final system-level design. If given approval to proceed with Option 2, the contractor will complete the system level integration and demonstrate the seeker in ground-based tests. (5) Management: The contractor shall be responsible for meeting all requirements of this contract, including but not limited to, cost, technical, schedule, and security. The contractor shall communicate the technical and programmatic status through Data Requirements submissions discussed in Section/paragraph B(6) and scheduled meetings discussed in Section/paragraph B(7). In addition to formal design reviews, informal program status interchanges (such as weekly teleconferences) are encouraged. The contractor shall provide technical risk assessment, program schedule and cost of contract. (6) Data Requirements: The following data submittals are expected to be required for any awarded contract. (a) Periodic status reports (Status Report: DI-MGMT-80368/T) (b) Contract Work Breakdown Structure Cost/Schedule Breakdown Structure: DI-MGMT-8133B/T. Contractor format is acceptable. (c) Performance and Cost Report: DI-FNCL-80912. Contractor format is acceptable. (d) Contract Fund Status Report (CFSR): DI-MGMT-81468. Contractor format is acceptable. (e) Project Planning Chart (Detailed Integrated Master Schedule): DI-MGMT-80507A/T) Contractor format is acceptable. (f) Program review agenda, charts, minutes (Conference Agenda: DI-ADMN-81249A; Presentation Material: DI-ADMN-81373/T; and Conference Minutes: DI-ADMN-81250A) Contractor format is acceptable. (g) Design drawings (Developmental Design Drawings and Associated Lists: DI-SESS-81002D) Contractor format is acceptable. (h) Test plans (Test Plan: DI-NDTI-80566) (i) Test data (Test/Inspection Report: DI-NDTI-80809B) (j) Hardware / software (i.e., simulation models) developed or purchased under contract (Computer Software Product End Items: DI-MCCR-80700) (k) Final technical report (Scientific and Technical Reports (Final Report): DI-MISC-80711A/T) The Final Report, which will be published in DTIC, must document the entire effort and must include relevant data and results from other technical data tuite 337, Eglin AFB FL 32542-6810; and fax (850) 882-9599. (2) Programmatic/Technical Issues and Information: Program Manager, Capt Jade Lemery, phone (850) 882-1724 ext102; e-mail jade.lemery@eglin.af.mil. Deputy Program Manager, Capt Michael McLeish, phone (850) 882-1724 ext115; e-mail michael.mcleish@eglin.af.mil. Chief Engineer, Dr William Humbert, phone (850) 882-1724 ext118; e-mail william.humbert@eglin.af.mil. Address and Fax for all three: AFRL/MNGS, 101 West Eglin Blvd, Suite 287, Eglin AFB FL 32542-6810; Fax: (850) 882-1717. NOTE: THIS IS PART 2 OF 2. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (03-MAY-2006). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 25-AUG-2006, 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.fbo.gov/spg/USAF/AFMC/AFRLERS/MNK-BAA-06-0001/listing.html)
 
Record
SN01126761-F 20060827/060825230132 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.