Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 18, 2018 FBO #5931
SOURCES SOUGHT

A -- Advanced Technology Test and Development Program (ATTDP)

Notice Date
2/16/2018
 
Notice Type
Sources Sought
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RSA (W9113M) - (SPS), 5300 Martin Rd, Redstone Arsenal, Alabama, 35898-0000, United States
 
ZIP Code
35898-0000
 
Solicitation Number
W9113M-18-C-0004
 
Archive Date
3/12/2018
 
Point of Contact
JAN P BURKE, Phone: 2569555957, JAMES P KENNEY, Phone: 2569555986
 
E-Mail Address
JAN.P.BURKE.CIV@MAIL.MIL, JAMES.P.KENNEY.CIV@MAIL.MIL
(JAN.P.BURKE.CIV@MAIL.MIL, JAMES.P.KENNEY.CIV@MAIL.MIL)
 
Small Business Set-Aside
N/A
 
Description
This sources sought notice is issued by the Army Contracting Command-Redstone (ACC-RSA) for the United States (U.S.) Army Space and Missile Defense Command (SMDC)/Army Strategic Command (ARSTRAT) for the purpose of conducting market research to determine if there are potential sources with advanced technology test and research and development capability to perform the effort as described below. The effort is titled Advanced Technology Test and Development Program (ATTDP) formerly known as Aerophysics Test Program (ATP). The ATP effort is currently being performed by the University of Alabama in Huntsville (UAH) under contract W9113M 12-C-0031. It is anticipated ACC-RSA will issue a sole source award to UAH for the ATTDP effort under the authority of 10 U.S.C. 2304(c)(3) as implemented by Federal Acquisition Regulation (FAR) 6.302-3(a)(1) and (a)(2)(ii). The potential award will be a three-year base effort with 2 one-year option periods for an estimated value of $47 million. The Government will determine whether or not to proceed with an acquisition and, if it does decide to proceed, the best acquisition strategy that will meet the needs of the Government. This sources sought notice falls under the North American Industry Classification System (NAICS) code 541715 with a size standard of 1,000 employees. Under this NAICS code, please specify if you are a Small Business; Small Disadvantaged Small Business; Section 8a Small Business; Service Disabled Veteran-owned Small Business; HubZone Small Business; Woman-owned HubZone Small Business; Woman-owned Small Business; or Economically Disadvantaged Woman-owned Small Business. Please indicate all that apply. SUSPENSE DATE: If an offeror elects to submit a short capabilities statement, please ensure it is no more than 5 or 10 pages demonstrating the interested vendor can perform the requirement as described below. It is requested submissions be made via email to, both, the primary and secondary points of contact no later than 9 March 2018 at 11:59 p.m. Central Time. This sources sought notice does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. Solicitations are not available at this time. A request for a solicitation will not receive a response. This is a Government Market Research effort in accordance with FAR Part Ten (10) "Market Research" and FAR Part Fifteen (15) "Contracting by Negotiation". This notice does not constitute a commitment by the United States (U.S.) Government to contract for any supply or service whatsoever nor does its issuance in any way restrict the Government as to its ultimate acquisition approach. All information submitted in response to this sources sought, including a capabilities statement, is strictly voluntary. The U.S. Government will not award a contract on the basis of this notice; will not pay for information requested; nor will it compensate any respondent for any costs incurred in developing, preparing, or submitting a response to this notice. Any information provided by the Government at this time is preliminary and may be updated or changed. Not responding to this sources sought does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on FedBizOpps. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this announcement. Responses to this sources sought will be incorporated with other market research. DESCRIPTION OF EFFORT: The Advanced Technology Test and Development Program (ATTDP) continues and extends the efforts performed under the original Aerophysics Test Program (ATP) contract that went into effect 19 September 1989 through ATP IV that went into effect 25 September 2012. Under ATP I, the essential capability to perform hypervelocity/aerophysics research in support of strategic, theater, and tactical missile defense requirements were established. Test programs in support of anti-satellite, lethality and target hardening, kill assessment, and Patriot warhead development were accomplished during ATP I. Test programs in support of Logistics Management Institute, Man-Machine Interface and Terminal High Altitude Area Defense kill assessment input for computational lethality codes; advanced tactical long-rod penetrators and tactical nosecones; and research in kinetic energy were accomplished in ATP II. This effort demonstrated capability to perform experiments and analyses applicable to the Missile Defense Agency (MDA); the U.S. Army Space and Missile Defense Command/Army Forces Strategic Command (USASMDC/ARSTRAT); the U.S. Army Aviation and Missile Command (AMCOM); the Defense Nuclear Agency; the U.S. Air Force; the Defense Advanced Research Projects Agency (DARPA); and, private industry. Later, Counter Improvised Explosive Device (IED) testing and improvement, flight vehicle weather encounter, lower velocity launch operations, and reverse ballistics test capabilities were established under ATP III. The hypervelocity aerophysics research capability permits sub-scale to full-scale ground based tests. Facility upgrades implemented under ATP I - IV, allowed Y2 scale replicas of theater missile defense interceptors to be launched over most of the expected range of intercept strike velocities, strike angles, and interceptor pitch angles. Ground tests provide a relatively low cost/fast response method to obtain experimental data of systems concepts for down select decisions. These ground tests can significantly reduce performance risks going into full-scale proof of principal flight test programs. PROGRAM OBJECTIVES: The objectives of the ATTDP effort are to perform high velocity impact experiments; provide test measurements and analyses of impact observables; perform experiments to assess the requirements ensuring survivability of strategic, theater and tactical missile defense system assets; conduct experiments and analyses to assess the effects of the flow environment on interceptor sensor accuracy; and perform threat assessments. These objectives include the development and maintenance of a database for measurements and analyses of radar and optical target signature characteristics. Provide analytical evaluation of test measurements for penetration aids technology programs. Evaluation of innovative discrimination concepts in dynamic test scenarios, replicating actual altitude regimes of interest. Evaluation of replica decoys and other types of penetration aids at specific velocities utilizing surrogate sub-scale fabricated models.. Experimentation and analyses of counter improvised explosive device technologies assessment supporting engineering management research. Development of models for aerospace environmental, dynamic and structural component analysis, model validation, sensor, systems-level rocket propulsion systems, solid propellant combustion, and other areas of interest. Support research and development (R&D) of large scale data management and product generation tools; computer hardware and software research; weapon system research, evaluation, and support; and cyber-threat research counter threat development and others. TECHNICAL REQUIREMENTS: Development of test plans for phenomenology tests, target vulnerability tests, flight test support, facility utilization, instrument development, dynamic and structural component analysis, and other tests are anticipated in conjunction with this effort. Design and fabrication of projectiles to be launched in the light gas gun systems and conduct threat assessment are anticipated in conjunction with this effort. Projectiles shall be warhead fragments, single or multiple rods; sub-scale replicas of re-entry vehicles, threat missiles, hit-to-kill vehicles or interceptors; or tactical armor penetrators. Instrument sub-scale vehicles to obtain data on vehicle and/or on-board sensor performance. The targets are to be simple mock-ups of complex targets or high fidelity replicas of threat configurations, including strategic, theater, and tactical missiles. Equipping instrumentation on targets to obtain required data for target vulnerability; lethality criteria development; system effectiveness studies; damage assessment and verification; and kill assessment is anticipated in conjunction with this effort. Data includes, but is not limited to, target damage, timing, pressure, acceleration, temperature, displacement/velocity, debris size and velocity distribution, impulse, momentum transfer, and impact radiate spectral emission signature. Prior to each test the contractor will coordinate, with the applicable sponsor, a list of instrumentation, location, and expectation of all recorded data. Innovation of new instrumentation and/or data collection techniques are anticipated in conjunction with this effort. Modification of test chambers to conduct instrumentation installation and test; modification of launcher system operational conditions, launcher components, and range equipment to conduct tests are anticipated in conjunction with this effort. Performing of tests to acquire, record, and process the data from the various sensors and instrumentation used in conducting of each test is anticipated in conjunction with this effort to include accompanying data analysis. Test reviews including planning reviews prior to the commencement of each test program during test, and post-test are anticipated at the contractor facility. Development of a test plan, test report, R&D status report, and a final report are as required in the technical directive including planning, organizing, and extensive direct software development and test efforts. Performance of software accreditation is anticipated in conjunction with this effort. Data archival and distributed systems research will be conducted and associated deliverables produced; including Test Plans, Presentation Materials, and Status and Test Inspection Reports. Engineering management support, including, independent reviews and technical support for planning, scheduling and resource allocation for the performance of mission activities are anticipated in conjunction with this effort. Such efforts may include prototype design, development, planning, execution, and oversight of hardware development and fabrication. Management information system research, analysis, and evaluation are required. Conducting experiments to assess/evaluate requirements to ensure survivability of strategic, theater, and tactical missile defense system assets; performing hypervelocity impact tests in order to determine methods to protect space assets, interceptors, and ground-based assets against a variety of high velocity particle fragment/debris/pellets; with, related measurements and analyses of impact observables, are anticipated in conjunction with this effort. Experiments and analyses to assess the effects of the flow environment on interceptor sensor accuracy, which may include both aero-thermal and aero-optical effects involving air density gradients, boundary layer turbulence, electron density gradients and injectants for cooling or electron quench, are anticipated in conjunction with this effort. Development and maintenance of a signature database for selected models through measurements and analyses of radar and optical target signature characteristics; from the body and wake for the full operating regime of the ground-based defense systems and range instrumentation, as well as anechoic radar chamber capabilities will be required Test measurements and analytical evaluations to support penetration aids technology programs is anticipated as a deliverable in this effort. Evaluations of innovative discrimination concepts within provided dynamic test scenarios, replicating actual altitude regimes of concern, using replica decoys and other types of penetration aids at representative velocities utilizing surrogate sub-scale models fabricated with appropriate materials and mass properties will be performed Performance of experiments and analyses for the evaluation/assessment of Laser Detection and Ranging, sensors, plasma and related devices, electromagnetic pulse generators, control devices, counter IED technologies and algorithms are anticipated in conjunction with this effort. Development of new concepts and technologies for application to the programs of MDA, USASMDC/ARSTRAT, AMCOM, DARPA and other Government agencies based upon information gained by the contractor during testing will be required. Performance and/or development of models/modeling in the areas of aerospace environmental, dynamic and structural component analysis, model validation, sensor, systems-level rocket propulsion systems, solid propellant combustion and other areas, are anticipated in conjunction with this effort. Support R&D of large scale data management and product generation tools; such as, but not limited to, computer hardware and software research; weapon system research, evaluation, and support; and cyber-threat research counter threat development are anticipated in conjunction with this effort.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3ef50ea5b3ca88d68b60d551ab6c5d39)
 
Place of Performance
Address: Army Contracting Command-Redstone, 5300 Martin Road, Redstone Arsenal, Alabama, 35898, United States
Zip Code: 35898
 
Record
SN04826583-W 20180218/180216231040-3ef50ea5b3ca88d68b60d551ab6c5d39 (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.