Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 22, 2015 FBO #4807
SOURCES SOUGHT

A -- Missile Intercept Modeling

Notice Date
1/20/2015
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Other Defense Agencies, Defense Threat Reduction Agency, Defense Threat Reduction Agency (Headquarters), DTRA Annex, 8725 John J. Kingman Road, MSC 6201, Fort Belvoir, Virginia, 22060-6201
 
ZIP Code
22060-6201
 
Solicitation Number
HDTRA115RFICBI0001
 
Point of Contact
James N. Robinson, Phone: 7037675751
 
E-Mail Address
james.robinson_contractor@dtra.mil
(james.robinson_contractor@dtra.mil)
 
Small Business Set-Aside
N/A
 
Description
The Defense Threat Reduction Agency (DTRA), Research and Development, Chemical and Biological Technologies, J9CB, is seeking information from respondents who possess the capability to address various nuclear, biological, and chemical (NBC) missile intercept and debris propagation scenarios and requirements by enhancing existing models and/or through establishing new approaches. The requirements will include: 1) Increased fidelity of the missile intercept modeling capabilities to develop and demonstrate an integrated missile intercept and debris fly-down modeling architecture for intercepted and nominal functioning chemical, biological, and nuclear payloads that represent actual missile systems for real world analysis up to the SECRET classification; 2) Increased fidelity of the missile intercept modeling capabilities to develop and demonstrate an integrated missile intercept and debris fly-down modeling architecture for intercepted and nominal functioning chemical, biological, and nuclear UNCLASSIFIED threat target payloads that give all HPAC/Missile Intercept users enhanced capability to estimate real world scenarios without any additional need-to-know issues; 3) A capability to assess hazards associated with rocket failure and premature flight termination; 4) Increased fidelity of the missile intercept modeling capabilities to include: aerobreakup capabilities that include post-intercept structural failure of aeroshell structures, couple transient debris components with transport and dispersion code and aerothermal demise calculations that eliminate debris that will not reach the ground in functional or ‘sizable' form and providing an incident module with algorithms to simulate real-world ballistic missile interceptor systems; 5) Verify and validate the collective missile intercept models to establish a quantified confidence. Respondents also shall include a description of their ability to maintain labor categories possessing minimum SECRET-level security clearances available to support a program of this nature. Response Instructions: All submitted information shall be UNCLASSIFIED; do not submit any CLASSIFIED information in response to this notice. Respondents shall address the information described above (and any additional information the respondent should deem appropriate) via a Capabilities Statement (three-page limit) in Microsoft Word format and a Microsoft PowerPoint presentation (five-slide limit). A rough order of magnitude (ROM) cost estimate for the services outlined above over a three-year period also shall be provided. In addition, respondents shall include their name, address, CAGE code, and DUNS; provide the North American Industry Classification System (NAICS) code that is most appropriate for these services and state why it is most appropriate; submit company size standard under the suggested NAICS code. The information shall be submitted via e-mail to rick.fry@dtra.mil with a cc: to james.robinson_contractor@dtra.mil. Hard copy submissions will not be accepted. Submissions shall be submitted by no later than 2:00 pm local Ft. Belvoir time on the 14th day following issuance of this RFI. Disclaimer: This Sources Sought notice is solely for the purpose of gathering information and does not constitute a solicitation or the issuance thereof. All information received in response to this notice that is marked proprietary will be handled accordingly. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Any information submitted will not be returned, and not payment will be made by the Government for such information. No formal RFPs or other solicitations regarding this announcement are available at this time. Information provided herein is subject to change and in no way binds the Government to solicit for proposals or award contracts. It is the respondent's responsibility to monitor FedBizOpps at http://www.fbo.gov for the release of any subsequent information. DTRA is accepting questions regarding this notice but will not be providing responses. The questions will be used to develop more information and receive input from industry regarding this system. The notice is strictly a request for capability packages.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DTRA/DTRA01/HDTRA115RFICBI0001/listing.html)
 
Record
SN03620208-W 20150122/150120234619-658d785f1590aad8f51070a2cdb38378 (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.