Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 02, 2012 FBO #4026
SOURCES SOUGHT

13 -- Programmable Fuze System - Fuze REQUEST FOR INFORMATION

Notice Date
11/30/2012
 
Notice Type
Sources Sought
 
NAICS
336419 — Other Guided Missile and Space Vehicle Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272, 47123 Buse Road Unit IPT, Patuxent River, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
N00019-12-P7-ZD242
 
Archive Date
2/15/2013
 
Point of Contact
Kathryn L Volpe, Phone: 301-757-5929, Connie T Gayle, Phone: 301-757-7085
 
E-Mail Address
kathryn.volpe@navy.mil, connie.gayle@navy.mil
(kathryn.volpe@navy.mil, connie.gayle@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
DD254 RFI Package REQUEST FOR INFORMATION (RFI) INTRODUCTION: This publication constitutes a Request for Information (RFI) notice pursuant to FAR Part 15.201(e). No formal Request for Proposals (RFP) or other type of solicitation will be issued. Written follow-up questions may be asked of responders for clarification, but this will not indicate a selection of preference. This is not a commitment to fund any effort submitted in response to this request. The Naval Air Systems Command, Patuxent River, Maryland is seeking qualified sources that can provide programmable fuze systems to determine the current technology and manufacturing readiness levels for integration into the warhead of Tomahawk Cruise Missile. TECHNICAL, COST AND SCHEDULE INFORMATION REQUESTED: Warfighting Objective: The Tomahawk Weapons System Program Office (PMA-280) is exploring the potential development of a Joint Multi-Effects Warhead System (JMEWS), which will require the integration of a programmable fuze system. The JMEWS is a tandem warhead system consisting of a pre-cursor Shaped-Charge Warhead (SCW) and a penetrating Follow-Through Warhead (FTW). The system is designed to have capabilities to update target information in flight and defeat multiple target sets including "soft" and "hard" targets. Information provided via this request will be used to evaluate and assess the feasibility of a fuze system concept using the existing JMEWS and Tactical Tomahawk Block IV weapon system infrastructure (i.e., weapons control systems, mission planning systems, and launcher systems). Requirements and Performance of Programmable Fuze System: The programmable fuze system must be a MIL-STD-1316 compliant fuze system that is capable of initiating either one independently or both warheads at predetermined distance from target. It must include multiple time delay settings that can be set after target detection and can be reprogrammed in flight. The fuze system must be capable of detonating both warheads post-impact; a secondary objective is the capability to count voids/layers with the FTW. The ability to program in a redundant time delay from impact is required. The fuze system should include a proximity sensor, an impact sensor, a SCW fuze, a FTW fuze, and all cables and connectors to the missile guidance electronics unit. An onboard data recorder for sled testing may be required as an option. Respondents to this RFI should provide: • A description and assessment of the fuze system - which must include all components and cables of the fuze system that could be integrated with JMEWS and interfaced with the missile. • A description of the technical risk areas in the sensor system development, integration, demonstration, and manufacturing program phases. • An assessment of the Technology Readiness Levels (TRLs) of the critical technologies (in the sensor system and major subsystems components). • An assessment of the Integration Readiness Level (IRL) of the critical technologies (in the sensor system and major subsystems components) with the Tomahawk missile and weapons system (i.e., control system and mission planning). • An assessment of the Manufacturing Readiness Levels (MRLs) of the fuze system. • A detailed description of the range resolution of the proximity sensor, including any environmental and surface affects, e.g. rain, sand, soil, grass, etc. • A description of the sensor technology capability to operate in a high threat environment consisting of electronic countermeasures and electronic support measures. • A description of the applicable component and sub-system testing relevant to the proposing fuze system. Technical Requirements and Constraints: The fuze system is expected to be integrated within the existing space available in the JMEWS with the following requirements and constraints: • The system must be capable of operating on existing missile power when in flight and communicating with the missile computer to accept target programming and report status. • The system must also be capable of being self-powered, armed, and triggered for all static and sled testing. A device, external to the fuzes, may be used to provide simulated missile power and simulated arming stimuli for these tests. • The system must fit into the existing fuze wells and airframe. • The system will need to provide data indicating the performance of the fuze system during track testing. • The SCW fuze must be able to communicate through a fuel tank. This fuze must accept a trigger input from a proximity sensor, a fire command from the missile computer, or trigger on delay after impact with a "soft" target. A redundant delay time after impact will be required. This fuze must report out its arm status. This fuze must be capable of initiating an existing PBXN-5 booster. • The FTW fuze must accept trigger inputs from the proximity sensor, a fire command from the missile computer, or trigger on delay after impact with "hard" targets. A redundant time delay after impact will be required. As an objective this fuze will be capable of counting layers or voids and initiating in a predetermined void. This fuze must be capable of initiating an existing PBXN-5 booster. • The proximity sensor should, at a minimum, provide a trigger stimulus at the optimum stand-off distance for the SCW. As an objective, the sensor would provide a programmable stand-off distance. • Respondents to this RFI should provide: • A dimensioned drawing, schematic or other illustration of the fuze system. • An estimate of the overall volume displaced. • A description of any changes necessary to the nose structure of the missile and the vehicle's center of gravity (CG) characteristics. Environmental Conditions: Performance of a proximity fuze might be affected by environmental conditions. Existing information for a potential sensor's capability to operate reliably in these environments will aid the assessment. Respondents to this RFI should provide any applicable testing or analysis information relevant to sensor storage and operation while being subjected to the following environmental concerns: • Temperature extremes • Pressure extremes • Humidity • Rain • Snow • Sand and Dust • Wind • Salt Atmosphere • Salt Water Immersion • Acceleration • Transit Drop Shock • Transit Vibration • Stowage Vibration • Pre-launch Vibration • Boost and Cruise Flight Vibration • Pendulum Impact Shock • High Impact (i.e. Barge) Shock • Flight Acoustics • DC Magnetics • Electromagnetic Interference, Vulnerability, Compatibility (EMI/EMV/EMC) • Hazards of Electromagnetic Radiation to Ordnance (HERO) Cost and Schedule: Respondents to this RFI should provide: • An estimate of non-recurring engineering cost of integration and demonstration in a representative sled track environment that fully exercises the system capabilities in relevant operational environment. Provide any assumptions made regarding government furnished property, facilities or other support. • An estimate of the fuze system's unit cost for a Low Rate Initial Production (LRIP) quantity of 40 units, followed by a Full-Rate Production quantity varying between 200 and 400 units per year on an annual procurement basis. • An estimated schedule for achieving TRL Level 6 in preparation for a system Milestone B review. Describe any proof of concept and integration level testing required to achieve TRL Level 6. • A top level description of a program plan and schedule for achieving a mature production program of the programmable fuze system. DISCLAIMER: This notice is not to be construed as an acquisition Request for Proposal (RFP), nor is any commitment implied on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this request. The Government does not intend to award a contract on the basis of this request or to otherwise pay for the information solicited. SECURITY: Because this notice is a Request for Information only, no additional Operational Security (OPSEC) or security requirements have been levied. However, if a Request for Proposal should follow this notice and a contract is awarded, there will be an OPSEC requirement and Contract Data Requirements List (CDRL) included in the contract. SUBMISSION OF RESPONSES: All parties that currently have or will have the capability to provide the above-described fuze capability and are interested in responding to this RFI should submit a summary white paper not to exceed 20 pages (including figures and tables). The white paper should be organized in a manner similar to the RFI contents. Additional supporting information may be submitted with guidance from the following information: • Any electronic copies of Microsoft Office files or printed hard-copy material pertaining to your company's current or future capability to supply the programmable fuze system, past sales and performance information for both Government and Commercial sales; and any other additional information that could be useful in determining your company's ability to meet the requirements. • The technical, cost and schedule information requested should be provided in as much detail as your company can provide in a format most convenient for the respondent. • Presentations to the government are welcome if the company desires to do so as part of their response. The requirements of the DoD Industrial Security Manual apply to all security aspects of this RFI. See the DoD Contract Security Classification Specification (DD Form 254) associated with this RFI for additional security information and guidance. Any conflicts real or perceived between the classification guides referenced in the DD Form 254 will be resolved by the TWS Program Office. Each interested respondent to this RFI shall provide their contact information via email as soon as possible to the Contracting Officer to receive the classification guides and any other classified information related to this RFI. Technical Data Package: This RFI incorporates a Technical Data Package (TDP) that cannot be provided via the Internet. Vendors who need this TDP in order to prepare a response are instructed to request same by submission of an e-mail to both: kathryn.volpe@navy.mil AND john.gallegro@navy.mil. Only email requests will be accepted. Any said requests should contain the following information: CAGE Code (if available), Company Name, Point of Contact, Street Address, City, State, Zip Code, Telephone number. A TDP will be provided after it is determined that the respondent has complied with the following requirements. ***Critical Military Technical Data: The solicitation document contains information that has been designated as "Militarily Critical Technical Data." Only businesses that have been certified by the Department of Defense, United States/Canada Joint Certification Office, and have a valid requirement may have a copy of the RFI document and technical data. All requests for these documents must include a certified copy of DD Form 2345, Military Critical Technical Data Agreement. To obtain certification, contact the Defense Logistics Information Service (DLIS) at 800.352.3572 or http://www.dlis.dla.mil/ccal. Requests for technical data from foreign sources or representatives (other than Canada) will not be considered." All information received will be reviewed and evaluated by the Tomahawk program office and systems engineering and technical assistance contract support personnel. The response period will be no later than 31 January 2013. However, the Government reserves the right to accept responses that come in after the deadline published in this notice. Responses to this RFI will not be returned nor will respondents be notified of the results of the review. Information should be submitted no later than 31 January 2013 to the following address: NAVAIRSYSCOMHQ, PMA 280, Attn: CDR Gallegro, 47123 Buse Road, Building 2272, Suite 243, Patuxent River, MD 20670. Any party desiring to provide a briefing on their information submission should contact Kathryn Volpe via email at kathryn.volpe@navy.mil. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine the availability and adequacy of potential business sources prior to determining the method of acquisition and issuance of a Request for Proposal including the use of any appropriate small business programs. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. This synopsis is for informational and planning purposes only and does not constitute a solicitation for bid or proposals, and is not to be construed as a commitment by, nor a firm requirement of, the Government. Submissions to be submitted at the SECRET/NOFORN level of classification. Applicable Clauses: DFARS 252.204-7008 5252.204-9504, "Disclosure of Contract Information (NAVAIR)(Jan 2007)" (a) The Contractor shall not release to anyone outside the Contractor's organization any unclassified information, regardless of medium (e.g., film, tape, document), pertaining to any part of this contract or any program related to this contract, unless the Contracting Officer has given prior written approval. (b) Requests for approval shall indentify the specific information to be released, the medium to be used, and the purpose for the release. The Contractor shall submit its request to the Contracting Officer at least ten (10) days before the proposed date for release. (c) The Contractor agrees to include a similar requirement in each subcontract under this contract. Subcontractors shall submit requests for authorization to release through the prime contractor to the Contracting Officer. Contracting Office Address: Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272 47123 Buse Road Unit IPT, Patuxent River, MD, 20670 Point of Contact(s): Kathryn Volpe, Contracting Specialist, Email kathryn.volpe@navy.mil Connie Gayle, Contracting Officer, Email connie.gayle@navy.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00019-12-P7-ZD242/listing.html)
 
Record
SN02940495-W 20121202/121130234659-1ef4770d86895150f9d6aadee4453b87 (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.