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