Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 26,1997 PSA#1917

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

A -- DEVELOPMENT MULTIPLE EVENT HARD TARGET FUZE SOL MNK-97-015 DUE 100697 POC JUDIE JACOBSON, 904-882-4294, ext.3423 This is a Program Research and Development Announcement (PRDA). The Air Force Wright Laboratory, Armament Directorate, Munitions Division (WL/MNMF) is interested in receiving technical and cost proposals for development of a Multiple Event Hard Target Fuze which will increase the current state of the art in penetration fuzing. Proposals in response to this PRDA must be received no later than 3:00 P.M. CT on 6 Oct 97addressed to Wright Laboratory, Armament Contracting Division, Bldg 13, 101 W. Eglin Blvd., Suite 337, Eglin AFB FL 32542-6810, Attn: Ms Vicki Keider (WL/MNK). This solicitation has been determined to exclude all foreign participation at the prime contractor level. Proposals submitted after the cut-off date specified herein shall be treated in accordance with FAR 52-215-10, "Late Submissions, Modifications, and Withdrawal of Proposals." Respondees must reference the above number (PRDA MNK-97-0004). 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 for 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 sufficient proposals are 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 three basic tasks in the initial phase plus four basic tasks in two optional phases. The first phase (Phase I) will include a component technology maturity and requirements study, a conceptual design task, and a detailed design and component test and evaluation task. The second phase (Phase II) will include prototype fabrication, a test and evaluation task, and a final fuze assembly fabrication, test, and evaluation task. This portion of the effort will include support for testing at Eglin AFB FL and an Associate Contractor Agreement(ACA) with the Miniaturized Munition Technology (MMT) Phase II prime contractor (when determined). The third phase (Phase III) will include field support for demonstration flight tests of MMT Phase II munitions. The decision whether to exercise the Phase III option will be made during Phase II. Proposals in response to this announcement must include Phase I, an option for Phase II, and an option for Phase III. B -- REQUIREMENTS: (1) Technical Description: WL/MNM is conducting the 60 month, three phased, Multiple Event Hard Target Fuze (MEHTF) Program to advance smart fuze technology to provide increased operational effectiveness of hard target munitions against hardened, buried targets through burst point control and optimization, including multiple output event capability. The program will develop and apply intelligent fuzing to next-generation hard target weapon system concepts, and will develop a fuze packaging scheme that will allow the multiple event fuze to be backwards-compatible with existing weapon systems that use MK-80 series, BLU-109, and BLU-113 inventory warheads. A primary objective will be to achieve increased capability over the existing Hard Target Smart Fuze baseline while decreasing cost, decreasing design complexity, miniaturizing the design, increasing the impact survivability, and providing multiple output event capability. Potential applications include both Air Force and Navy munitions and future Counterproliferation Initiative (CPI) programs. (2) Technology Goals: The following technical goals have been established as an initial baseline for this advanced development technology program and may be changed during the program by government direction or approval. (a) Weapon System Compatibility. The proposed design solution for the multiple event hard target fuze must be functionally and physically compatible with the Phase II Small Smart Bomb (i.e., Miniaturized Munition Technology Demonstration (MMTD)). The design must be adaptable to future hard target penetrating weapon systems such as the Agent Defeat Warhead, High Velocity Penetrating Warheads (e.g., Missile Technology Demonstration (MTD), Army TACMS, High Speed Miniature Penetrator, etc.), Conventional Air Launched Cruise Missile (CALCM), and Direct-Strike Short-Range Guided Bomb. The design must be capable of retrofit to current weapon systems which use a 3-inch diameter fuze well, such as the Advanced Unitary Penetrator, Phase I MMTD, GBU-XX family, AGM-130, AGM-142, JDAM, JASSM, and JSOW. The design must address fuzing requirements for both Air Force and Navy applications. (b) Post Impact Capability. The proposed fuze system design shall incorporate and improve upon the basic capability of the Hard Target Smart Fuze, which utilizes an accelerometer to discriminate the target media to allow void sensing and counting, hard layer detection and counting, and weapon path length integration. The proposed design shall provide the capability to initiate multiple output events including command and control, deflagration, and detonation. (c) Impact Survivability. The proposed design must be capable of surviving impact conditions associated with the weapon systems identified in 2(a), and completing its intended functions. Proof of survivability will be demonstrated via cannon test firings of the fuze in a contractor-furnished BKEP-type test projectile (weighing approximately 45 pounds) at velocities up to 2000 feet per second into a target simulating semi-infinite concrete. The proposed design also will be tested in a contractor-furnished test projectile to subject the fuze to lateral loads equal to or greater than the peak axial loads predicted for the weapons identified in 2(a). Critical components or subassemblies shall be tested in a centrifuge to demonstrate the ability to withstand an average sustained load of 10,000 g's minimum for 30 milliseconds. (d) Miniaturization. The proposed design must be physically smaller and lighter than current inventory fuzes. Nominal design goals are 12 cubic inches of volume and one pound of weight, excluding the booster; volume is more critical than weight for future penetrating munitions. (e) Unit cost. Cost and design trade-offs for materials, components, technologies, and producibility, must be considered throughout the program. The nominal unit price target for the fuze is $2500 for production of 50,000 or more units, commencing not earlier than FY03. (f) Supportability. Producibility, reliability, maintainability, and sustainability processes must be institutionalized to enhance opportunities for successful transition of this fuze technology to operational users. As a goal, the fuze should be designed for testing and programming via the Common Munitions BIT / Reprogramming Equipment (CMBRE) developed for MIL-STD-1760 interface weapons. The goal for predicted fuze system lifetime reliability is 99.5%. (3) Design: The detailed design of the entire conceptual fuze and its interfaces shall be the responsibility of the prime contractor. The contractor is responsible for determining the signal set and timeline necessary for safe and proper operation of the distributed fuze system. (a) Weapon Interfaces. The conceptual fuze design shall be adaptable to established interfaces for the inventory weapon systems identified in 2(a), and shall establish the interface requirements for future weapon system power and environmental sensor integration (referred to as weapon system distributed fuzing). The detailed design for Phase II tests must be compatible with the MMTD Phase II weapon interface configuration. The fuze shall be designed to be compatible with smart munitions which employ a MIL-STD-1760 interface, which provides the potential to program the fuze via the aircraft. (b) Baseline Capabilities. The fuze shall be designed to provide the following minimum characteristics: arm time selection between 5 and 30 seconds in one (1) second increments; acceptance of fuze power and environmental sensing from a FZU-HTSF or weapon system (e.g., Phase II MMTD); 10 year service life and 20 year shelf life; an overall (includingstorage and operation) reliability rate of 98% for single-event capability; post impact capability to perform void sensing and counting, hard layer detection and counting, and weapon path length integration; and an independent backup time delay. Post impact capability shall provide for counting up to 16 voids or hard layers; computing a total penetration path length of up to 256 feet; and computing a penetration path length of up to 64 feet after detection of the designated void or hard layer. (c) Advanced Capabilities. The proposed design shall provide the following improvements over the current HTSF design capabilities: decrease the decision times required for target media detection; increase the probability of proper target media detection; increase the spectrum of target media material and thicknesses that can be detected; incorporate integral nonvolatile data recording; accept weapon-provided power, and thereby eliminate dependence on a dedicated external power source (i.e. FZU); accommodate distribution of S&A functions and signals within the weapon; and provide multiple remote outputs. The fuze system must recognize external inputs that provide unique indications of intentional launch and weapon free-flight; such signals will exist external to the fuze for activation of other components of future smart munitions. The fuze must recognize and respond only to these external signals, and must not arm as a result of any other inputs. The fuze system must be capable of providing a single output event of types including command and control, deflagration, and detonation; and, may include multiple modules or fuzes as appropriate to provide multiple remote output events of each of the three types. The fuze design shall provide an integral nonvolatile recording capability as well as the ability to interface with an external recorder to improve failure analysis diagnostic capabilities; this capability may evolve into a battle damage information function for future weapons applications. The fuze design should include simple, standard internal interfaces between boards and modules to support future expansion of the sensor suite and to reduce recurring engineering costs for future design upgrades. The fuze must have the potential to satisfy Navy requirements for air delivered munitions. The contractor shall also consider possible future applications of the fuze to CPI. (d) Design margin. The robustness and design margin of the fuze must be substantiated by analyses. The contractor must identify the weak links in the design, the environments and conditions to which the design is most vulnerable or susceptible, and the testing required in Phases I and II to demonstrate and verify the adequacy of the design margin. The contractor must identify nonstandard components and must identify and conduct in Phase I the testing required to demonstrate suitability of these components. The contractor is expected to generate test plan(s) for fuze-level environmental and functional tests to demonstrate the performance and robustness of the detailed fuze design in Phase II. (e) Fuze programming. It is expected that the MEHTF will be programmable only via electronic interface. The contractor shall develop a portable capability for testing and programming Phase II test fuzes in the field. This capability may employ or replicate the CMBRE. Ultimately, the inventory fuze would employ the CMBRE as its ground setting unit. (4) Fabrication Of Hardware: In Phase I the contractor shall fabricate the components and subassemblies needed for in-house proof-of-design tests, and a deliverable mock-up of the prototype to be developed during Phase II. In Phase II the contractor shall fabricate subassemblies and complete prototype fuzes needed for functional and environmental tests to demonstrate the suitability and safety of the prototype design for dynamic tests per test plan(s) developed in Phase I. The contractor shall fabricate BKEP-type projectiles and test projectiles per 2(c) requirements for testing prototype fuzes via firings in a Government 155-mmhowitzer, which is bored to accept 6.695 inch maximum diameter test projectiles and sleeved to a 4-inch bore to accept 3.95 inch maximum diameter test projectiles. The nominal capability of this howitzer is 800 fps for an 80-pound projectile of 6.9 inch diameter. Upon Government approval of the prototype design, the contractor shall fabricate and deliver no fewer than twenty (20) fuzes and the corresponding number of test projectiles for cannon and sled tests at government facilities. In Phase III the contractor shall fabricate and deliver a quantity of fuzes for flight tests in MMT Phase II munitions; the exact quantity, to be determined prior to the option exercise date, is anticipated to be approximately ten (10). (5) Test Support: The contractor shall conduct, document, and deliver to the Government, analyses and technical data required to obtain approval for receiving, handling, build-up, and testing the fuzes or fuze components at Government facilities. A series of environmental and functional tests will be conducted to assess proper fuze operation under a high shock environment. The Multiple Event Hard Target Fuze will then be subjected to tests in penetrating projectiles to demonstrate performance including multiple events after target impact. The contractor is responsible for designing and fabricating test projectiles (see B(4)) to accommodate the fuze design, for providing the capability to program the fuze at the test site, and for establishing the methodology to demonstrate multiple event capability. Test plans, as approved by the Government, will become contractual requirements. In Phase III the contractor shall support government flight test approval meetings and shall support all flight testing as required. Flight testing is expected to be conducted at Eglin AFB FL and using government facilities, equipment, and personnel as the primary source of test accomplishment. The contractor shall revise or create, and deliver, any analyses and technical data required to obtain approval for receiving, handling, build-up, loading on aircraft, and flight testing the fuze system. (6) Data Requirements: The following data element submittals are expected. Suggested Data Item Descriptions (DIDs) are noted. The contractor may propose additional elements or submittal of combined elements or DIDs as appropriate for the proposed program. Electronic submittal is encouraged whenever feasible and cost-effective for the program. (a) Periodic status reports, including technical progress, programmatic issues, schedule, and appropriate disclosure of actual cost and labor expenditures. Contractor-format CSSR, CSR, CPR are required during all phases of the contract. (DI-MGMT-80368, -80909, -80269; DI-FNCL-80912; DI-F-6004, -6010) (b) Analyses and technical data required for obtaining live fuze test approval, and for receiving, handling, build-up, loading on aircraft, ground testing, and flight testing the fuze components or system. (DI-TMSS-80065; DI-SAFT-80931, -80182, -81299; (c) Development specifications, draft product performance specification(s), and design drawings for the fuze system, software, and interfaces. (DI-DRPR-81002; DI-E-3102, -30131; DI-ILSS-81021; DI-MCCR-800XX). (d) Test plan(s) for all significant testing in Phases I and II. (DI-NDTI-80566; DI-QC-80553). (e) Design analyses or interim technical reports upon completion of each major task and program phase. (DI-MISC-80048, -80711; DI-NDTI-80809; DI-GDRQ-80567). (f) Final technical report and a technology transfer report at end of 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 documents that would not be published otherwise. (DI-MISC-80711). (g) A record (e.g., agenda, presentation materials, minutes, and tracking of associated action items) of required meetings. (DI-ADMN-81249, -81250, -81373) (7) Meetings and Reviews: The contractor will be expected to host and conduct various meetings throughout the program, including but not limited to, a Phase I kick-off, a design review and program wrap-up meeting not later than two weeks before the end of Phase I, a Phase II kick-off, a formal design review for approval of the final fuze system design to be built for Phase II cannon and sled tests, and a final review at the end of Phase II and end of Phase III (if exercised). Periodic progress meetings for technical and programmatic interchange will be held at six week intervals throughout the program, except for those weeks when formal meetings are scheduled; the contractor will be expected to host half of these meetings, and the Government will host half. The contractor shall support, and participate in as appropriate, Government agency safety and test meetings. The contractor may propose to conduct or participate in other meetings with subcontractors, Government agencies, or third parties, as deemed appropriate to the program. (8) Associate Contractor Agreement: During Phase II the contractor must establish an ACA with the TBD contractor for the MMTD Phase II. C—ADDITIONAL INFORMATION: (1) Anticipated Period of Performance: 60 months total, consisting of 18 months for Phase I tasks, one month for final Phase I documentation in parallel with the Government downselect process, 30 months for Phase II tasks, and 11 additional months for the optional Phase III. Within the Phase I effort, 3 months is allocated for the requirements study and conceptual design tasks, and 15 months for the detailed design and component-level test tasks. Within the Phase II effort, 12 months is allocated for prototype fuze fabrication and tests, and 18 months for final fuze fabrication and cannon, howitzer, and sled tests. Fuze deliveries are anticipated at the start of the 11 month flight test support task for Phase III to follow immediately after Phase II; the contractor shall propose the option exercise date and fuze delivery schedule for Phase III. (2) Award: Expected Phase I award date is 8 January 1998 with an effective start date of not later than February 1998. Phase II award is expected 4Q99. (3) Government Estimate and Type of Contract: The Government anticipates awarding two Firm Fixed Priced (FFP) contracts at a funding of $1.0 to $1.25 million each for Phase I. Funding for the Phase I contracts is anticipated to be comprised of approximately 55% FY98 and 45% FY99 funds. This funding profile is an estimate only and is not a promise for funding, as all funding is subject to change due to availability and Government discretion. One Cost Plus Fixed Fee (CPFF) contract award is anticipated for Phase II. The Phase III effort will be a CPFF option to the Phase II contract. (4) Government Furnished Property: It is the offeror's responsibility to identify any equipment and facilities to be used whether contractor-owned and furnished or Government-owned and furnished. The Government will assist in providing Government-owned property or facilities as appropriate and if available. The Government will provide not more than four (4) FZU-HTSF wind turbine generators for use in development and testing. (5) Size Status. For the purpose of this acquisition, the size standard is 500 employees (SIC 8731). (6) Proprietary Items: The Government prefers that the proposed fuze design include no parts, materials, or software that are proprietary to the prime contractor. It is the offeror's responsibility to identify any proprietary materials, products, software, or processes to be u (0234)

Loren Data Corp. http://www.ld.com (SYN# 0007 19970826\A-0007.SOL)


A - Research and Development Index Page