Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 10,1995 PSA#1343

U.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