Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 5,1997 PSA#1860

U.S. Army Space and Strategic Defense Command, CSSD-CM-CK, PO Box 1500, Huntsville, AL 35807-3801

A -- DASG60-97-0050 -- RANGE SAFETY ANALYSIS SOL DASG60-97-R-0045 POC O. Wayne Koger, Contract Specialist, Donald C. Reesman, Contracting Officer, CSSD-CM-CK, (205) 955-1187 This notice announces the issuance of the request for proposals (RFP) for the following-described U.S. Army Space and Strategic Defense Command (USASSDC) requirement. This effort is for independent missile flight safety analysis to support safety offices of the U.S. Army Kwajalein Atoll/Kwajalein Missile Range (USAKA/KMR) and USASSDC. Under the contract awarded as the result of this acquisition, the contractor will perform work only as tasked by task assignment. The number and size of tasks active at any one time during the term of the contract may vary greatly; even to the extent that, at times, no task assignments may be active. Task assignments may include any or all of the following efforts: Analyze hazards to life and property associated with missile defense flight tests; evaluate or define flight safety systems including flight termination systems and flight safety software routines; evaluate sensors for providing flight safety data; adapt/develop software to assess flight termination actions involving endo and exo-atmospheric collisions/intercepts to define debris characteristics and risk to earth surface areas and volumes above the earth's surface; determine ground hazard areas and impact and kill probability contours for hypervelocity collisions and for flight termination debris; evaluate sheltering and personnel protection during missile launches into or from USAKA/KMR or sites remote from USAKA/KMR; develop, evaluate, or certify compatible flight safety computer programs for real-time presentation and control of missiles, using minimum computer space and time, to insure protection of designated areas; test and evaluate flight safety systems to ascertain that performance meets requirements and supports range safety criteria; evaluate systems to provide state vectors for test missiles, considering data accuracy, filtering, smoothing, dynamic responsiveness, and other related factors; and evaluate the RF links between command destruct transmitters and missile receivers, tracking radars, Global Positioning System receivers/translators, missile telemetry transmitters, and safety data acquisition systems for nominal and non-nominal trajectories. The planned period of performance for this effort is 60 months; with 24 months for the basic, and three 12 month options to consecutively extend the term of the contract for the remaining 36 months. A single cost-type contract is contemplated. Award is planned for 1 September, 1997. Phase-may begin on 1 September, with full performance to begin not later than 15 September, 1997. The RFP is unclassified; however, a SECRET facility clearance and a SECRET safeguarding capability will be required for award of the contract and performance of this effort. The RFP will be made available to potential offerors by way of USASSDC's web site at http://www.ssdc.army.mil. The RFP will not be issued sooner than 15 days following the publication of this notice in the Commerce Business Daily. Potential offerors should thereafter check the web site on a daily basis until the RFP isissued. Issuance of the RFP by way of the web is preferred, but any potential offeror not having access to the web may request that a copy of the RFP be transmitted by mail. The request must be made in writing to the U.S. Army Space and Strategic Defense Command, ATTN: CSSD-CM-CK/Mr. O. Wayne Koger, P.O. Box 1500, Huntsville, AL 35807-3801, and must cite Commerce Business Daily notice number DASG60-97-0050, or RFP DASG60-97-R-0045. Potential offerors requesting transmittal of the RFP by mail should include their complete mailing address, with nine-digit zip code and Facility Security Clearance (FSC) number. This acquisition is a 100 percent small business set-aside and will not be open to participation by foreign firms. The Standard Industrial Classification (SIC) Code applicable to this procurement is 8731. Potential offerors requesting transmittal of the RFP by mail should state whether they are small or small disadvantaged businesses, the size standard for which is 1,000 employees. No telephone or facsimile requests for mail transmittal of the RFP will be accepted. Pursuant to Federal Acquisition Regulation 3.104, entitled "Procurement Integrity," all technical discussions and/or clarifications regarding this acquisition are required to be directed solely to the Contracting Officer (through the Contract Specialist). For written requests (for mail transmittal of the RFP) transmitted by other than the U.S. Mail, the street address is: U.S. Army Space and Strategic Defense Command, ATTN: CSSD-CM-CK/Mr. O. Wayne Koger, 106 Wynn Drive, Huntsville, AL 35805-1990. (0154)

Loren Data Corp. http://www.ld.com (SYN# 0003 19970605\A-0003.SOL)


A - Research and Development Index Page