|
COMMERCE BUSINESS DAILY ISSUE OF MAY 10,1995 PSA#1343U.S. Army Space and Strategic Defense Command, ATTN: CSSD-CM-MT, PO Box
1500, Huntsville, AL 35807-3801 A -- LONG RANGE THEATER MISSILE DEFENSE TARGET DELIVERY SYSTEM DUE
050895 POC Contact Carol Wright, Contract Specialist, (205) 955-1187,
W.L. Schick, Contracting Officer, (205) 955-1187. This effort is
seeking concepts from qualified sources for the development of a long
range theater missile defense target delivery system (land, sea, or air
launch) in support of ballistic missile defense testing at one or more
of the following test areas: Kwajalein Missile Range, Wake Island,
Eglin Air Force Base, Pacific Missile Range Facility, broad ocean
areas, and other sites to be determined. The system will be used as a
target delivery system for current and potential defense systems and
technology demonstration programs. The need date for this system is for
a demonstration mission during the third quarter of fiscal year 1998,
a fourth quarter fiscal year 1998 target launch, and up to ten missions
over the next five years (approximately 2 per year). Other mission
launch requirements are likely but not yet defined. This request is for
the target delivery system only and not payload/countermeasure
development. Although a launch site for the target delivery system is
not specified, it should be capable of delivering/deploying a payload
to ranges of 2000 to 3500 kilometers and with maximum re-entry
velocities from 2.5 to 4.9 kilometers per second. Payload throw weight
capability should be at least 650 kilograms. The payload capacity of
the delivery system should accommodate a payload maximum diameter of
one meter and maximum length of two meters. Payload re-entry angles are
needed to be between 40 to 60 degrees and the delivery system should
have the ability to deploy countermeasure devices. The system must
deliver a payload with an accuracy of 3000 meters (1 sigma) for a 3500
kilometer trajectory. The system should include all normal range
safety systems, telemetry capability, and flight positioning
determination equipment (e.g., Global Positioning System, Inertial
Measurement Unit, etc). Inherent system flexibility, system
enhancements, or growth capability is desirable to satisfy potential
future requirements. Future requirements may include: ranges between
1200 and 2000 kilometers, payload throw weight up to 1600 kilograms,
payload maximum diameter of 2.2 meters and maximum length of four
meters, 1 sigma accuracy of 1000 meters, multiple missions during a
short launch window, dual launch capability (two target vehicles
re-entering the interceptor battle space within 10 seconds of each
other), and differing approach azimuths to the interceptor launch site.
Interested firms should provide a technical description of their system
concept and provide detailed information on how they intend to meet the
requirements. Interested firms should also identify any required
government furnished equipment and facilities. Any restrictions or
limitations to the delivery system should be identified, such as
limitations on the number of launches per quarter, unusual support
equipment or procedures, and environmental issues or assessments
required. Interested firms should explain how their concept fits within
ABM, INF, and START treaty limitations. Written responses are required
within 45 days after publication of this notice and no more than 20
pages should be submitted for the technical concept description.
Additionally, firms should provide a schedule and rough order of
magnitude cost estimates (in now year dollars) for: (1) delivery system
development, (2) range safety qualification, (3) launch site
development, (4) demonstration mission, (5) per mission contractor cost
(include mission planning, payload integration, flight hardware and
software, ground support equipment, launch support costs, consumables,
recovery and post-test support, specific transportation fees, etc.),
(6) range cost per mission (e.g., launch range safety and telemetry
requirements), (7) annual costs to maintain a launch capability if no
missions are flown, (8) costs of upgrades/enhancements to meet
potential future requirements. Information received will be considered
in determining possible future solicitations. The information
contained in this notice is based on the best information available at
the time of publication and does not constitute a request for
proposals. The Government will not recognize any direct costs
associated with the submission of information by interested firms.
(0128) Loren Data Corp. http://www.ld.com (SYN# 0017 19950509\A-0017.SOL)
A - Research and Development Index Page
|
|