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