Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 31,1995 PSA#1422

U.S. Army Space and Strategic Defense Command, ATTN: CSSD-CM-CN, PO Box 1500, Huntsville, AL 35807-3801 (Street Address: 106 Wynn Drive, Huntsville, AL 35805-1990)

A -- THEATER MISSILE DEFENSE (TMD) CRITICAL MEASUREMENTS PROGRAM (TCMP) CAMPAIGNS 3 AND 4 BOOSTER SERVICES SOL DASG60-95-R-0050 POC Dianne Trimble, Contract Specialist, (205) 955-1187, Donald C. Reesman, Contracting Officer. The objective of this program is to provide the design and development, modification, testing, fabrication, integration and launch services for TCMP Campaigns 3 and 4. This effort supports the Ballistic Missile Defense Organization (BMDO) Consolidated Targets Program and includes all tasks necessary to prepare and launch TCMP sounding rockets from Wake Island into reentry points near the Kwajalein Missile Range (KMR). The period of performance will include a forty-eight (48) month basic effort and three (3) eighteen (18) month options. Campaigns 3 and 4 (the basic effort) will involve two (2) launches each and each option will include two (2) additional launches. TCMP 3 launches will be conducted in second quarter Fiscal Year (FY) 98 with TCMP 4 launches following in first quarter FY00. If exercised, the three options, each including two launches, will be conducted in third quarter FY01, second quarter FY03, and first quarter FY05, respectively. Since the campaigns, and flights within a campaign, are designed to progressively increase in complexity, it is imperative that all booster systems have the same configuration and perform in a similar manner. Booster performance commonality will be required to maintain experimental control of variables and traceability of faults. Performance of this effort will require that modifications be made to the TCMP booster system. These modifications will be limited to those design activities necessary for integrating payloads and boosters for individual tests and for assuring adequate test instrumentation. Using analytical data provided by the government from similar types of boosters and payloads, the contractor will be required to conduct ground testing at component level, six-degree-of-freedom (6-DOF) simulations, and pre-flight testing to ensure proper integration of the flight instrumentation and control systems. The payloads and boosters for this effort will be provided as government furnished property (GFP). The Castor IVB or Castor IVB XL will be used as the booster for these campaigns. Additionally, the government will provide facilities, shipping, and selected ground handling, launch and support equipment at Wake Island. The contractor will be required to provide shipping preparation, receiving, inspection, and handling of test hardware, test articles, and instrumentation to be used during integration and flight testing at Wake Island. Facilities at the Wake Island launch site will be provided as GFP. Test support, instrumentation, and Range safety equipment will be provided by KMR. A SECRET facility clearance will be required for performance of this program. A cost-plus-incentive-fee (CPIF) contract is contemplated for this effort. It is anticipated that foreign participation will be allowed at the subcontractor level. A bidder's library will be established at USASSDC, Huntsville, and will be available upon release of the Request for Proposal (RFP). Details regarding access to and use of the library will be provided in the RFP. Requests for a copy of the RFP should be addressed to USASSDC, ATTN: CSSD-CM-CN/Dianne Trimble. Unless otherwise requested in writing, the RFP will be issued on a 3.5'' computer disk in Wordperfect Version 5.1 for Windows. Please ensure that your request indicates whether a hard copy document is requested or if a computer disk is acceptable. All RFP requests must be received by this office within fifteen (15) days from the publication date of this notice and must cite RFP Number DASG60-95-R-0050. No telephone inquiries will be accepted. (0241)

Loren Data Corp. http://www.ld.com (SYN# 0001 19950830\A-0001.SOL)


A - Research and Development Index Page