News

Due to the possibility of transcription errors, the official printed CBD announcement
takes precedence over this transcription in any disagreement between the two.
The transcription is provided for your convenience only.

=================================================

FAST REACTION WEAPONS DEMONSTRATION SOL F08630-99-C-0076 POC Linda Weisz, Contract Specialist, Phone (850)882-4294 ext. 3206, Fax (8 50)882-9599, Email weisz@eglin.af.mil—Vicki Keider, Conracting Officer, Phone (850)882-4294 ext. 3404, Fax (850)882-9599 WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EP S?ACode=P&ProjIDð8630-99-C-00 76&LocID62. E-MAIL: Linda Weisz, weisz@eglin.af.mil. This is Part 1 of 2 Parts_ This is a Program Research and Development Announcement (PRDA).

The Air Force Research Laboratory Munitions Directorate Assessment and Demonstration Division (AFRL/MNA) is interested in receiving technical and cost proposals for the development of high speed dispense technology. The Munitions Directorate anticipates that this program will be awarded under the authority of Section 845 of the Department of Defense (DoD) 1994 National Authorizati on Act, as amended by Section 804 of the DoD 1999 National Defense Authorization Act. Commonly known as "Section 845" or "other transactions for prototype projects," it provides for the acquisition of prototype projects and allows considerable flexibility in the acquisition process. Selection of the successful offeror( s) will be accomplished in accordance with PRDA procedures in AFMC FAR Sup Part 5335. Proposals in response to this announcement must be received not later than 1:00 p.m. central standard time, forty-five (45) days from publication in the Commerce Business Daily, addressed to AFRL/MNK, Suite 337, 101 W. -. Eglin Blvd., Eglin AFB FL 32542-6810, Attn: Linda Weisz (AFRL/MNK). This is an unrestricted solicitation. Proposals submitted after the cut-off date specified herein shall be treated in accordance with FAR 52-215-1©(3), "Instructions to Offerors -- Competitive Acquisition". Respondees must reference the above number (PRDA MNK-99-006). 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 PRD Aamendments that may be published.

B— REQUIREMENTS: (1) Program Objective: The objective of the Fast Reaction Weapons Demonstration (FRWD) program is to develo p and demonstrate technologies associated with high-speed miniature munitions di spense. Design trade studies will be performed to determine the dispensing technology necessary for application on a variety of high speed platforms. Demonstration of high-speed dispensing of multiple smart sub-munitions from a high-speed weapon platform will be performed. Scaling of the weapon delivery platform, dispenser and smart sub-munition may be necessary in order to demonstrate the desired concept.

(2) Program Overview: Present day weapon systems do not possess the capability to successfully attack mobile targets such as the Transporter Erector Launcher (TEL). Once a TEL has launched a weapon, its location can be pinpointed. Unfortunately, the TEL can move to another location in a very short time, evading detection and destruction. Recent studies have shown that weapon effectiveness against mobile time critical targets greatly increases when the response time is reduced and search area is increased. Additionally, delivery platforms must maintain high speeds well inside enemy territory to avoid detection and destruction. One proposed method for overcoming these challenges is to use high speed weapons carrying multiple smart sub-munitions. However, this creates a new challenge. What are the preferred methods for dispensing multiple smart sub-munitions, at high-speeds, and what are the best methods f or stabilization, deceleration, and secondary dispense to survive the environment, generate the desired trajectories and maintain sub-munition effectiveness. This is the focus of the FRWD program. Related programs include Time Critical Targ et Technology (TCTT), which was used to identify candidate technologies and asse ss performance parameters, DARPA’s Affordable Rapid Response Missile Demonstrato r (ARRMD), and the Navy’s High speed Weapon Technology (HWT) program.

(3) Technical Description: The contractor shall conduct in-depth trade studies to determin e preferred solutions for dispensing smart sub-munitions from the high speed weapon platforms. Smart sub-munitions include both the Low Cost Autonomous Attack System (LOCAAS) and Miniature Munitions Technology Demonstration (MMTD). All studies shall consider the following parameters as a minimum: Optimum dispense direction, ideal speed, sub-munition stabilization, deceleration profiles and techniques, secondary dispense/dispersion of sub-munition, dispense mechanism, sub-munition packaging/dispersion characteristics that address aerodynamics-thermodynamics-acoustics profiles, and the selection of a test expedient launch platform for the sub-munition package. After the trade studies are completed LOCAAS will be the only sub-munition to be considered in subsequent tasks. The selected technology suite for demonstration will be capable of integrating/dispens ing multiple smart sub-munitions into a very high-speed delivery platform. The sub-munitions package must be capable of surviving extremely adverse environments. Potential technology demonstrator platforms may include DARPA Affordable Rapid Response Missile Demonstrator (ARRMD) vehicle, a Navy platform, or any other platform for the purpose of this demonstration. The focus of this program is on the packaging, dispense, dispense techniques and stabilization/deceleration, methods not the delivery platform. The main objective of the FRWD program is to demonstrate the high speed dispensing event, performance, sub-pack stabilization and desired deceleration of the sub-munitions/sub-packs, and sub-mu nition secondary dispense event.

This is a two phased program. Phase 1 includes only Task 1. Phase 2 includes the rest of the program tasks. General program mil estones may include: a) Task 1-Concept Definition & Selection (Trade Studies), b ) Task 2-Hardware Design, c) Task 3-Hardware Fabrication, d) Task 4-Simulation and Component Testing, e) Task 5-Systems Integration, and f) Task 6-Sled or Flight Testing.

(4) Trade Studies Parameters: The results of Phase 1 will determine i f it is prudent to continue with Phase 2 of the program and continuance of the program is at the discretion of the Government. Task 1 Minimum Study Parameters: First, conduct technology trade studies and develop design guidelines in the fol lowing areas associated with high speed dispense of sub-munitions: a) Dispense Techniques, b) Secondary dispense techniques, c) Survivable Sub- Pack Shroud Designs, d) Stabilization Methods, e) Deceleration Techniques/Profiles, and f) Technology approaches to Survive Aero/Acoustical/Thermal Environments. The contractor is encouraged to include any additional relevant areas for trade during the concept definition phase of the program. Second, final selection of preferred concept for LOCAAS demonstration to include, the preferred approach to fabrication, component testing, and integration of dispenser, sub-pack, shroud , stabilization, deceleration device, sub-pack configuration for test, optimum integration method into delivery platforms, and recommended ground and/or flight test of LOCAAS dispensed from demonstration platform.

(5) 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. The expected data element submittals are: (a) Design drawings (D I-DRPR-81002A) (b) Monthly status reports, including technical progress, programmatic issues, schedule, and appropriate disclosure of actual cost and labor expenditures. Contractor-format CFSR are required during all phases of the contract. (DI-MGMT-80368, -80909, -80269; DI-FNCL-80912; DI-MGMT-81468) © Trade study report. (d) 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 (DI-MISC-80711). (The final report must be delivered to the Government in electronic form (Microsoft Word 97 format or compatible)), (e) A record (e.g. , agenda, presentation materials, minutes) tracking of associated action items a nd number of required meetings. (DI-ADMN-81249, -81250, -81373), (f) Videos and photos of testing, flight test, and computer generated simulations of the system shall be provided (DI-DRPR-81002A).

(6) Meetings and Reviews: The contractor will be expected to host and conduct various meetings throughout the program. Government anticipates the following program reviews and meetings: Kick off within two weeks of award at Offeror’s facilities; Semi-Annual Technical Int erchange Meetings that alternate between the Offeror facilities and Eglin AFB; and a Final Program review at completion at government facilities at Eglin AFB, FL. The contractor may propose to conduct or participate in other meetings with s ubcontractors, Government agencies, or third parties, as deemed appropriate to the program. THIS IS THE END OF PART 1 OF 2. SEE PART 2_ Posted 05/06/99 (D-SN328689). (0126)

SPONSOR: United States Air Force, Air Force Materiel Command, AFRL—Eglin Research Site, 101 West Eglin Blvd, Eglin AFB, FL, 32542-6810
SUBFILE: PSE (U.S. GOVERNMENT PROCUREMENTS, SERVICES)
SECTION HEADING: A Research and Development
PUBLICATION DATE: MAY 10, 1999
ISSUE: PSA-2342