Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2006 FBO #1713
SOLICITATION NOTICE

A -- BOOM Code Guidance Navigation and Control Modeling

Notice Date
8/3/2006
 
Notice Type
Solicitation Notice
 
NAICS
611310 — Colleges, Universities, and Professional Schools
 
Contracting Office
RDECOM Acquisition Center - Adelphi, ATTN: AMSSB-ACA, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
W813LT-6123-7065
 
Response Due
8/11/2006
 
Archive Date
10/10/2006
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; propo sals are being requested and a written solicitation will not be issued. (ii) The solicitation number is W813LT-6123-7065. This acquisition is issued as an Request for Quotation with the intent to solicit only one source. The proposed contract action is for services for which the Government is soliciting and negotiating wi th only one source under the authority of FAR 6.302. The company in which the Government intends to award a contract to is Georgia Tech School of Aerospace Engineering, 270 Ferst Drive, Atlanta GA 30332-0150. This notice of intent is not a request for co mpetitive proposals, however, the Government will consider all proposals received prior to the closing date of this solicitation. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 27-2005 (iv) The associated NAICS code is 611310 . (v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): Service contract for BOOM Code Guidance Navigation and Control Modeling. 1 lot (vi) Description of requirements: Services to be Rendered: The contractor shall provide services in accordance with the statement of work. 1. BOOM Code Guidance Navigation and Control Modeling: The contractor shall upgrade BOOM/Prodas V3 code on existing and/or new Army Research Laboratory (ARL) PC-based computers and networks. The contractor shall extend the development of analysis tools in the form of PC-based computer codes and software for design and analysis of the launch and flight dynamics of weapon system components. The codes and software may be in stand-alone form but most likely will be in the form of modules to integrate into exist ing analysis tools or replace existing modules. The suite of upgrades could include modules for improved trajectory simulation, unmanned aerial vehicles, sensor models and errors, guided and unguided sub-munition modeling and maneuvering targets. 2. Flight Dynamics Analysis Tool Development (PRODAS GN&C (Guidance Navigation & Control) ProtoType Tool ): The contractor shall extend the development of analysis tools in the form of PC-based computer codes and software for design and analysis of the l aunch and flight dynamics of weapon system components (Projectile Design and Analysis System PRODAS) . The contractor shall produce codes and software in stand-alone form or in the form of modules to integrate into the Prodas GN&C Prototype Tool and Gra phical User Interface (GUI). The contractor shall subcontract with ArrowTech Inc to generate the technical input to the modules. a. The contractor shall enable 6DOF (Six Degrees of Freedom) initialization by discrete state variable entry. b. Develop and build in multiple flyout capability. c. Develop a proximity fuze control element, a radar element, transceiver element. d. User defined control modeling system element. e. Insert Air Breathing Propulsion Module. f. Validate extractor data with virtual flyout of a DFUZE (name for particular Sensor System hardware) and the high alpha upgrades with test cases upon approval from the Contracting Officer Representative (COR). g. Upgrade the element library in the Flight Control System (FCS) builder of the PRODAS V3/Boom GUI. h. Implement user extensable architecture. i. Develop a roadmap for future improvements to the ARL Prediction Suite. j. Develop a EAPS (Extented Area Protection System) Simulation projectile capability in Prodas V3/Boom 3. BOOM Code Integration into High Performance Computing: The contractor shall integrate BOOM Code into the ARL Computational Fluid Dynamics Codes for Multi-Disciplina ry Design of Munitions, provided as Government Furnished Property at contract award. 4. Projectile Guidance Analysis: The contractor shall perform analytical research studies into novel guidance, navigation and control schemes for projectiles. The contractor shall provide input to ARL researchers in this area. a. The Contractor shall optimize guidance and control schemes for initialization of gun launched sensor systems and sparsely populated inertial sensor system. The contractor shall provide input to ARL researchers in this area. b. The contractor shall research strategies, sensor suites and software techniques as well as software/hardware fusion to develop a low cost IMU strategies c. The contractor shall develop the capability for liquid payloads in the BOOM code 5. Trajectory Modeling: The contractor shall provide trajectory modeling for four (4) mission programs and four (4) customer programs.. 6. Site Visits: The contractor shall travel and provide input to Government and other contractor personnel. 7. Documentation and Presentation of Results: This work requires industry, academia and government researchers to complete, integrate and validate all aspects of the final deliverables; therefore joint authorship under this contract is authorized. The con tractor shall provide technical reports as required by tasks to be published as ARL contractor reports (CR) and/or joint reports as necessary. The contractor shall provide technical presentations or summaries to be delivered at meetings or program reviews, as appropriate, documenting or describing analyses conducted under this contract and any limitations encountered. The contractor shall submit a Quarterly Activity Report in accordance with contract requirements at the end of every third month of this cont ract. (vii) Period of Performance is August 2006 through 31 July 2009. (viii) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications - with its offer. The clause at FAR 52.212-4 , Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following agenda have been attached to the clause: None. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive orders - C ommercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: FAR 52.203-6, Restriction on Subcontractor Sales to the Government (JUL 1995); FAR 52.219.8, Utilization of Small Business Concerns (O CT 2000); FAR 52.222-21, Prohibition of Segregated Facilities (FEB 1999); FAR 52.222-26, Equal Opportunity (FEB 1999); FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (APR 1998); FAR 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998); FAR 52.225-1, Buy American Act - Balance of Payment Program - Supplies, (FEB 2000); FAR 52.232-33, Payment by Electronic Funds Transfer (MAY 1999). Clauses and provisions are incorporated by reference and apply to thi s acquisition. Clauses and provisions can be obtained at http://www.arnet.gov. (ix) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as None. (xii) The following notes apply to this announcement: none (xiii) Offers are due on Friday 11 August 2006, by 1500 Eastern Standard Time (EST), via email to jcc@arl.army.mil (xiv) For information regarding this solicitation, please contact Jean Craig via email jcc@arl.army.mil
 
Place of Performance
Address: RDECOM Acquisition Center - Adelphi Aberdeen Contracting Division ATTN: AMSSB-ACC-AA, Bldg 434 Aberdeen Proving Grd MD
Zip Code: 21005
Country: US
 
Record
SN01105588-W 20060805/060803222025 (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.