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