Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 3,1998 PSA#2043

Supply Department Indian Head Division, Naval Surface Warfare Center, 101 Strauss Ave, Indian Head, MD 20640-5035

A -- XM 80 POWER SOURCE SOL BAA 98-004 POC Brenda Price, 1143B, (301) 743-6570 E-MAIL: BAA 98-004 synopsis, 1143B@mail.ih.navy.mil. The Indian Head Division, Naval Surface Warfare Center (IHDIVNAVSURFWARCEN) in collaboration with the Naval Surface Fire Support Program Office, has interest in proposals for providing a power source for use in the potential development of a proximity fuze for the XM 80 submunition. The power source must meet all the environmental and performance requirements of the host submunition. Technologies should be mature, and commercially available to allow for transition into weapon system acquisition with-in three to four years. Particular emphasis should be placed on the physical size requirement, environmental requirements, reliability, safety, and life cycle costs. Environmental requirements include the life cycle of the weapon system as well as the manufacturing and disposal processes. Specific areas of interest are: power source design, packaging concepts, performance, and testing; composition/chemical system, processing techniques; and disposal technology. [The poser source may be activated at gn launch or at submunition expulsion which will give different requirements. General design requirements include but are not limited to the following: Standard Navy ship environments, storage, temperature of -65 to +160 degree F, and the poser source must meet all operational requirements after a minimum of 20 years of storage under these conditions. The power source must have an operational temperature range of +20 to +130 degree F. The power source will be subjected to a gun launch shock of 11 to 16 Kgs peak, followed by a rocket motor thrust of 120 to 160 gs for 12 to 16 seconds. At rocket motor separation a subsequent payload peak ejection shock of 2 to 3 Kgs is anticipated. The power source must survive a 5 foot drop test without activating, and must meet all storage and operating requirements following the 5 foot drop test (MIL-STD-331). The power source shall operate in a non-spinning device. If the power source is activated at gun launch, it must achieve an unloaded potential, or open circuit voltage (OCV) of 3 v dc within 2 minutes, maintain an OCV of 3-4 v for the remainder of 10 minutes, then support a 100 ma load for 6 seconds at a 50% duty cycle. If the power source is activated by submunition ejection, it must reach an OCV of 3 v within 100 ms, then support a 100 ma load for 6 seconds at a 50% duty cycle. The power source must maintain a minimum of 3 v under all loads. If any method other than using launch or ejection forces is considered to activate the power source, the activation mechanism must be addressed.] Offerors are requested to submit an abstract of their proposed effect prior to submitting a completed proposal to preclude unwarranted effort on the part of the offeror. Any offeror whose abstract is found to be consistent with the intent of the BAA will be invited to submit a full technical and cost proposal. Such an invitation does not assure subsequent contract award. Abstracts should conform to the following format: (a) title page -- clearly labeled "Proposal Abstract" including the BAA points of contact along with telephone and facsimile numbers, and signed by the authorized officer; (b) a maximum three page summary that includes an overview of the proposed technologies and/or concepts and how they address the objectives of the program, deliverables associated with the effort, including estimated cost and schedule broken down by fiscal year (fiscal year begins 1 October). Proposals submitted within twelve months after publication of this BAA will be considered for award if funding is available. Proposed effort should be structured to have a base period of performance of twelve months, but may include multiple year phased options that could extend beyond the initial twelve month period. No award can be made without a proposal to perform a specific effort within an estimated cost and schedule. The IHDIVNAVSURFWARCEN anticipates that initial selections will be made during FY 1998. The announcement will remain open for 365 days from the date of publication. Proposals may be reviewed and acted on asthey arrive. The government reserves the right to select for award all, some, or none of the proposals received in response to this announcement. It is the policy of IHDIVNAVSURFWARCEN to treet all proposals as competitive informatin and to disclose the contents only for the purpose of evaluation. Proposals shall conform to the stated format and include the following information: (a) title page -- clearly labeled "Full Technical Proposal" including the BAA points of contact along with telephone and facsimile numbers and signed by the authorized officer; (b) a one page summary of the technology and deliverables; (c) a one page summary of the schedule and milestones; (d) a one page summary of any proprietary claims to results, or systems developed for or supporting this proposal; (e) a statement of work clearly detaining the scope and objectives of the effort, and, if any, specific contractor requirements -- if any portion of the effort is predicated upon the use of government owned resources of any type, the contractor shall clearly identify the resource(s) required, the date the resource is required, the duration of the requirement, the source from which the resource may be acquired, if known; (f) a technical approach with description of the results, products, and transferable technology expected from the project; (g) a brief overo=view of previous qualifications, accomplishments and closely related to this effort; and (h) one page cost and fee summary and detained cost breakdowns by option year (fiscal year), by tasks or sub tasks of labor hours by labor category and tasks/sub tasks, material, travel, computer or other direct or indirect costs. Offerors should submit proposal(s) (originals, and three hard copies) to Indian Head Division, Naval Surface Warfare Center, Attn: Code 1143B (Brenda Price), 101 Strauss Avenue, Indian Head Maryland 20640-5035. (To be considered in theinitial contract award period, proposals should be submitted by offerors within 30 days of being notified that their abstract was found to be consistent with the BAA.) Evaluatinos of proposals will be based on the following criteria: (1) overall technical merit of the proposed effort to provide a power source to meet the environmental and performance requirements of the XM 80 submunition: (2) petential contribution to power source/power supply technology: (3) offeror's capabilities, related experience, facilities, techniques, or unique qualifications: (4) innovation in the identification of problems and approaches to solutions; (5) realism of schedule to meet program objectives and transition opportunities: (6) realism of proposed cost and schedule and availability of funds. All proposals submitted to IHDIVNAVSURFWARCEN shall be considered government property. This announcement solicits the participation of all offerors capable of satisfying the government's needs. The government will not cover any costs associated with proposal preparation, nor pay, as a direct expense preparation costs on awarded contracts. (0058)

Loren Data Corp. http://www.ld.com (SYN# 0011 19980303\A-0011.SOL)


A - Research and Development Index Page