Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 16,1999 PSA#2303

Munitions Contracting Division (AFRL/MNK), Building 13, 101 West Eglin Boulevard, Suite 337, Eglin AFB, FL 32542-6810

A -- AGENT DEFEAT WARHEAD DEMONSTRATION SOL PRDA No. MNK-99-0001 DUE 042999 POC Judith Gibson, Contract Specialist, (850) 882-4294, ext. 3419; Vicki Keider, Contracting Officer, (850) 882-4294, ext. 3404 E-MAIL: Judith Gibson, Contract Specialist; Mr. Ken West,, gibsonj@eglin.af.mil">gibsonj@eglin.af.mil;westko@eglin.af.mil. DESCRIPTION: This is a Program Research and Development Announcement (PRDA). The Air Force Research Laboratory, Munitions Directorate, Ordnance Division (AFRL/MNMI) is interested in receiving technical and cost proposals for development of an Agent Defeat Warhead (ADW) Demonstration (ADWD). The ADWD program objective is to develop and demonstrate a warhead with a payload specifically tailored for use against fixed ground targets associated with the development, production, and storage of chemical (C) agents, biological (B) agents, and CB weapons (CBW). A determination has been made for this solicitation, that all foreign participation at the prime contractor level will be prohibited. Proposals in response to this PRDA must be received no later than 3:00 P.M. CT on 29 APRIL 1999 addressed to Air Force Research Laboratory, Munitions Contracting Division, Bldg. 13, 101 W. Eglin Blvd., Suite 337, Eglin AFB FL 32542-6810, Attn.: Ms Vicki Keider (AFRL/MNK). Proposals submitted after the cut-off date specified herein shall be treated in accordance with FAR 52.215-1(c)(3), "Instructions to Offerors-Competitive Acquisition (Oct 1997)". Responders must reference the following number (PRDA: MNK-99-0001). 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 to any PRDA amendments that may be published. The Government reserves the right to amend the due date to allow for subsequent submission-of-proposal-dates. If a proposal is selected to satisfy the PRDA objectives as a result of the first submission, subsequent opportunities for proposal submission will not be available. This development effort consists of the Phase I- Concept Development and Assessment, plus one optional phase. Phase I consists of three basic tasks. During Task 1, Concept Evaluation and Selection, the contractor shall perform design trade excursions relative to his proposed Agent Defeat Warhead Baseline Design concept, as well as identify and evaluate other promising concepts. Based on the results of the warhead design trade study, the contractor shall then recommend a concept for sponsor approval. The contractor shall also identify the test methodology, metrics, and success criteria for evaluating the effectiveness of the recommended concept for use during the remainder of the program. Upon sponsor (i.e., the government program office) approval of the recommended concept, the contractor shall proceed with Task 2, Preliminary Design, where he shall develop a preliminary warhead design. The level of design detail achieved during Task 2 shall be sufficient to support the fabrication of the warheads to be tested during subsequent static effectiveness tests, and to accurately assess the technical risks associated with the ADW design. The contractor may conduct sub-scale testing as necessary, during Phase I to aid in the concept evaluation and to support Preliminary Design development. The contractor shall also develop a Master Test Plan Outline, which covers all testing proposed for Phases I and II. During Task 3, Warhead Effectiveness Demonstration, the contractor shall fabricate full-scale warheads in quantities sufficient to support static lethality/effectiveness tests. The contractor shall then conduct full-scale effectiveness tests of statically emplaced warheads for various agent defeat target scenarios relevant to his ADW design. The contractor shall then evaluate the test results in accordance with the sponsor approved evaluation methodology, metrics, and success criteria. Subsequent to receipt of Government approval, the contractor shall then proceed with Phase II- Warhead Design and Test, which consists of Tasks 4 and 5. Under Task 4, Detailed Design, the contractor shall accomplish the detailed design of the sponsor approved Preliminary Design inclusive of all components, subsystems and interfaces. The level of design maturation achieved for the warhead's fuze/weapon safety controller shall be tailored/limited to be commensurate with the ADWD program funding, but as a minimum, it shall be sufficient to facilitate the warhead tests conducted under Task 5. Under Task 5, Fabrication and Test, the contractor shall fabricate test warheads in quantities sufficient to support the proposed Phase II test effort. The contractor shall then conduct tests of the warheads to demonstrate the survivability, functionality and effectiveness of the warhead when delivered against simulated CB targets. The extent of the Phase II test effort shall be tailored/limited to be commensurate with the ADWD program funding. The goal of this program is to develop, mature and demonstrate an agent defeat warhead design to the maximum extent commensurate with available program funding. Ideally the maturation and demonstration of the contractor's warhead design will progress through a comprehensive ground test program and culminate with a short flight test demonstration series. It is recognized, however, that the nature and extent of the test program will be dictated by program funding limitations, and the characteristics of the specific design proposed by the contractor (e.g., a simple warhead may be less costly to design, fabricate and test, than a more sophisticated design). Therefore, the contractor shall tailor the scope of his proposed design and test effort in the manner that he believes most appropriate to his proposed Baseline Design. If the proposed Phase II effort includes activities related to either the preparation for flight tests or the actual conduct of flight tests, then the contractor shall obtain Procuring Contracting Officer (PCO) approval prior to initiation of such activities. (Note: While inclusion of a flight test demonstration is considered potentially desirable, the contractor should not consider such tests a mandatory part of his proposed Phase II test effort. See Paragraph E of this PRDA.) During Phases I and II the contractor shall plan, schedule, conduct and/or support all aspects of the testing required for the ADW development and testing, except as otherwise specified in this PRDA. Proposals submitted in response to this announcement must include Phase I and a priced option for Phase II. During all phases of the ADWD program the contractor shall be cognizant of all safety issues and safety requirements related to the design, fabrication and test of the ADW. The contractor shall be responsible for identifying, contacting, and supporting as necessary any and all Government safety organizations which may have ADW safety oversight responsibilities, such that all safety considerations/issues, relevant to either the ADWD program or any follow-on development of the ADW, are adequately addressed in a complete and timely fashion. B -- REQUIREMENTS: (1) Technical Description: AFRL/MNMI is conducting a two phase Agent Defeat Warhead Demonstration Program, that will be approximately 42-months in duration. The concurrent technical objectives of this program are to demonstrate a warhead with the ability to: a) disrupt the functioning of fixed ground targets associated with the development, production and storage of chemical (C) and/or biological (B) weapons (CBW); b) neutralize the maximum possible amount of CB agents residing within the target; and c) limit the potential for collateral damage (i.e., human casualties resulting from the unintentional release of CB agents beyond the confines of the target structure) by minimizing the amount of viable CB agents, which might be inadvertently expelled from the target as a consequence of warhead employment. The ADW shall, as a minimum, be effective against at least one of the following relevant fixed target categories: hardened chemical targets, soft chemical targets, hardened biological targets, or soft biological targets. Effectiveness shall be understood to be a measure of the warhead's ability to simultaneously disrupt the functioning of the target, neutralize the CB material within the target, and limit the potential for human casualties resulting from the unintended release of viable CB agents. Candidate kill mechanisms for achieving the desired results include, but are not limited to, thermal effects derived from high temperature incendiary (HTI) materials, low blast fragmenting warheads or submunitions, neutralizing chemicals, and other mechanisms which may be identified during the ADWD program. The ability of the ADW to deny the enemy access and/or use of the target and/or its contents is considered desirable, but only as a fallout capability occurring in conjunction with disruption of the functioning of the target and neutralization of the CB material within the target. A hybrid warhead payload that employs a combination of the referenced kill mechanisms may be required to achieve program goals. Kill mechanisms that are not considered appropriate for the ADWD include those employing nuclear fissile material or radioisotopes. The ADW shall, within acceptable tolerances, be designed to exhibit the same external dimensions and closely approximate the mass properties as those for the 2000-lb class BLU-109 warhead. The ADW shall be designed for physical and functional compatibility with the following Air Force guidance kits: GBU-24, GBU-27, AGM-130, and GBU-31 (JDAM). The intent is to allow those warhead delivery systems, when equipped with the ADW, to hold a wide variety of CBW targets at risk, thereby minimizing the additional cost and operational burdens required to realize such a capability. Accordingly, the ADW shall also be compatible with existing Air Force ground handling, storage, and transportation equipment used to handle the 2000-lb class warhead common to those delivery systems. (2) Technology Goals: The Government is seeking a single warhead design that provides a robust agent defeat solution for all relevant target categories (i.e., hardened chemical targets, and/or soft chemical targets, and/or hardened biological targets, and/or soft biological targets). Robustness shall be understood to be a measure of the degree of warhead effectiveness. The goal of the ADWD program will be to demonstrate a warhead that is effective against both chemical and biological agents, and related hardware and/or munitions located within structures ranging from those classified as soft, above ground targets, to those classified as hardened underground targets. However, the Government may deem a technical approach, which addresses only one, or two, or three of the referenced target categories in a robust manner more acceptable, than an approach, which addresses all four target categories in a less robust fashion. (3) Design Requirements: The design of the entire ADW, inclusive of all payloads, components, subsystems, and interfaces shall be the responsibility of the prime contractor. The external dimensions and mass properties of the ADW warhead shall be sufficiently close to those of the standard BLU-109 warhead, so as to ensure that when equipped with any of the guidance kits specified in paragraph B(1) of this PRDA, it will meet all guidance kit and aircraft interface requirements, and provide the same release and free flight performance as does the BLU-109. The ADW shall be designed to survive and function properly under the range of impact conditions typically associated with the current GBU-24 A/B guidance kit. As a goal, the ADW concept should be scaleable to other warhead variants (e.g., variants of the BLU-116 (AUP), JAST, JASSM, and BLU-113). The ADW shall be designed to minimize the number of sorties and weapons required to defeat the target. Therefore, ADW shall be designed as a stand-alone weapon that does not require pre-strike or post-strike delivery of a different type of weapon in order to defeat the target and/or insure the minimization of collateral damage. As a goal, the ADW should be physically and functionally compatible with the following fuzes or variants thereof: a) Hard Target Smart Fuze, b) Joint Programmable Fuze, and c) Multiple Event Hard Target Fuze. If the Agent Defeat Warhead design employs an electronic fuze and/or electronic weapon safety controller, then it/they shall be designed to be compatible with a MIL-STD-1760 interface, such that the various related modes of the fuze and/or the weapon safety controller can be tested and programmed via the Common Munitions BIT/Reprogramming Equipment (CMBRE). During the course of the design and test effort, the contractor shall consider the potential environmental impact associated with the fabrication and test of his Agent Defeat Warhead. Pursuant to federal statutes, the contractor shall minimize the use/selection of hazardous materials and processes utilizing hazardous material to avoid or minimize generation of hazardous wastes as identified in 40 CFR 261. If hazardous materials are utilized during the contract or would be required for the technology being developed, the contractor shall notify the sponsor. Additionally, the topic shall be discussed at the regular periodic program reviews. If hazardous materials are used or generated during the program, the contractor shall be responsible for the identification, generation, and submission to the appropriate environmental regulative authority of all technical data and documentation required to obtain approval for the use of hazardous material(s) in fabrication and/or testing of the Agent Defeat Warhead, or generation, or disposal of any associated hazardous wastes. The contractor shall also be aware of, and bring to the immediate attention of the sponsor, any aspects of the ADW development and test effort that might potentially affect or be affected by international treaties related to chemical and/or biological materials (or their surrogates) or weapons, or related test facilities which simulate their production, storage, or test. (4) Fabrication of Hardware: (a) In Phase I the contractor shall fabricate a sufficient quantity of full scale warheads, based on the sponsor approved preliminary warhead design, to support the conduct of static test(s) designed to demonstrate the effectiveness of the warhead against the relevant target category(s) that the contractor's ADW is designed to defeat. (Note: The priority of relevant target categories is defined in the ADWD Generic Target Set.) The level of design detail incorporated into the Phase I hardware shall be sufficient to demonstrate the viability of the warhead's payload expulsion and dispersal system. (b) If the contract option for Phase II is exercised, the contractor shall fabricate sufficient quantities of full scale warheads, based on the sponsor approved Detailed Design, to support all relevant Phase II testing in accordance with the contractor generated/Government approved test plan. The number of warheads fabricated during Phases I and II shall be commensurate with the overall ADWD program funding, and with the goal of demonstrating the survivability, functionality, and effectiveness of the ADW against as many relevant simulated targets as possible for a variety of delivery conditions. (5) Test Support: The contractor shall be responsible for planning, conducting, and/or supporting the conduct of all ADW testing requiredto develop and mature the ADW design, except as otherwise specified in this PRDA. The contractor shall be responsible for all test plans necessary for the maturation and demonstration of the ADW. Contractor generated test plans, as approved by the Government, will become contractual requirements. When testing is conducted at Government test facilities the contractor may, subject to both the sponsor's and responsible Government test organization's (RGTO) approval, delegate the generation of the test plan to the RGTO. When tests are conducted at Government facilities, the contractor shall be responsible for providing, as needed, technical support, analysis, data, and test planning support to the RGTO to ensure the timely and cost effective test of the ADW in accordance with the sponsor approved test plan(s). The contractor shall be responsible for identifying and recommending to the government suitable test sites/facilities for the test of the ADW. The preferred site for the conduct of ADW testing is Eglin AFBFL. However, the contractor may propose other sites if he can show/document that Eglin test capabilities are inadequate, or if there is a significant overall cost savings to be realized by the Government by conducting the test at an alternate location. The Government shall have final approval authority in the selection of test sites/facilities. The contractor shall conduct, document, and deliver to the Government, analysis, technical data and job guides, as necessary for obtaining warhead test approval, Seek Eagle/flight test clearances if appropriate, and for receiving, handling, buildup, transporting and testing of the ADW. When Government test sites/facilities are utilized, the Government program office will make payment directly to the RGTO to cover the Government costs incurred by the RGTO in supporting the test. (6) Data Requirements: The following data submittals are expected (a) Periodic status reports including technical progress, programmatic information, schedule, and appropriate disclosure of actual cost and labor expenditures. Each status report will specifically address any patents or inventions identified and/or pending as well as any proprietary issues. (DI-MGMT-80368, -80909, -80269) Contractor format CSSR, CSR, CFSR, CWBS are required during all phases of the contract (DI-FNCL-80912; DI-MGMT, -81334, -81467, -- 81468); Copies of monthly billing vouchers submitted to the Government, as well as monthly updates regarding payments received from the Government are also required during all phases of the contract; (b) Any and all analysis, technical data, safety data, explosive ordnance disposal data, environmental data, and other documentation required for obtaining live warhead test approval, and for receiving, handling, buildup, and testing of the warhead components, warhead subsystems, or the all-up warhead. (DI-MISC-81414; DI-SAFT-80931, -80182, -81299); (c) Development specifications, draft product performance specification(s), and design drawings for the warhead components, warhead subsystems, all-up warhead, and warhead interface with the GBU-24 and GBU-27 guidance kits. (DI-DRPR-81002A; DI-CMAN-81314: DI-IPSC-81431) (d) Test plan(s) and test reports for all significant testing in Phases I and II. (DI-NDTI-80566, 80809B) (e) Design analysis and interim technical reports submitted upon completion of each program phase, or as necessary to facilitate timely approval of test clearances and safety documentation. (DI- MISC-80048, -80711; DI-NDTI-80809; DI-GDRQ-80567). (f) Final technical report, Unit Production Cost Estimate, and a Technology Transfer Report at the end of the program. 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 that would not otherwise be published. (DI-MISC-80711). (g) A record (e.g., agenda, presentation materials, minutes, and tracking of associated action items) of required meetings. (DI-ADMN-81249A, -81250A, -81373). The contractor may propose additional elements or submittal of combined elements or Data Item Descriptions (DIDs) as appropriate for the proposed program. Electronic submittal is encouraged whenever feasible and cost effective for the program. (7) Meetings and Reviews: The contractor will be expected to conduct various meetings throughout the program, including but not limited to a kickoff Program Review at the beginning of each phase, and a wrap-up Program Review at the end of each phase. Kickoff Program Review Posted 03/12/99 (W-SN307869). (0071)

Loren Data Corp. http://www.ld.com (SYN# 0008 19990316\A-0008.SOL)


A - Research and Development Index Page