|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 3,1998 PSA#2173SMC/TEKO, Space and Missile Test and Evaluation Directorate, 3550
Aberdeen Ave, SE, Kirtland AFB NM 87117 18 -- BACKUP TARGETS DELIVERY VEHICLE SOL F04701-98-R-0208 DUE 092498
POC Tracy Ford SMC/TEKO (505) 853-3747 WEB: None, None. E-MAIL: Tracy
Ford/Contract Specialist, fordtl@comanche.plk.af.mil. Notes: 8, 13 The
Rocket Systems Launch Program (RSLP) Office, Kirtland AFB, NM is
contemplating the issuance of a solicitation for one back-up target
launch vehicle to support the Ground Based Interceptor (GBI) Program.
The target launch vehicle will serve as a back-up to the initial
Complex Payload Mission which was recently placed on order (Delivery
Order F29601-97-D-0150-0003) under the Orbital/Sub-orbital Program
(OSP) basic contract (F29601-97-D-0150). Launch of the initial Complex
Payload Mission is expected to occur Feb 2000. This acquisition is
anticipated to be a Fixed Price Incentive (Firm Target) requirement.
Since the target vehicle will be used as a back-up to the OSP initial
Complex Payload Mission, the manufacturer of the launch vehicle must be
able to provide the necessary sofware development, launch
processing/operational support, and systems engineering/program
management support to be launch capable by the Government's anticipated
program required launch period of July 2000. This vehicle shall consist
of a M55/SR19/M57 (which will be provided as GFE) motor stack
integrated with a contractor supplied front section. The front section
must be compatible with and be able to deploy the payload in
accordance with the requirements outlined elsewhere in this notice. The
target vehicle will be launched from a facility located at Vandenberg
AFB, CA. The launch facility to be used is Launch Facility 03 (LF 03).
The contractor will have access to LF 03 approximately 10 days after
launch of the initial Complex Payload Mission. The target vehicle will
be launched from a raised mount silo and must be capable of
withstanding this type of environment. The target vehicle must be
capable of interfacing with the Government's existing ground support
equipment previously developed and manufactured under the Multi-Service
Launch System (MSLS) contract (F04704-92-C-0013). Since this is a
backup vehicle to an existing mission, the contractor is expected to
provide a fully qualified, flight proven, arms control treaty
compliant, range safety compliant front section that is compatible with
the M57 rocket motor and the payload specified below. The front section
must have previous flight experience on a similar trajectory deploying
similar payloads. The front section must be capable of guiding the
entire missile during powered flight and deploy the payload in the
manner specified. The front section must contain a guidance set, flight
computer, payload interface, appropriate range instrumentation
including, but not limited to, telemetry, command destruct and either
C-band or GPS Beacon tracking system. The contractor is responsible for
delivering the front section to Vandenberg AFB, CA and performing all
integration and system level tests after integration to support the
July 00 launch date, if deemed necessary. The contractor will develop
and test the payload/launch vehicle interface to ensure mission
requirements are met. The contractor shall provide all post flight
analyses. The contractor must provide a shroud capable of protecting
the payload until approximately T+105 seconds when shroud separation
occurs. The shroud must allow Radio Frequency (RF) access by the range
radars to the payload while the launch vehicle is in the silo. Shroud
separation must not impinge upon the payload or the ascending launch
vehicle in any way. The contractor must maximize usage of flight proven
Commercial Off The Shelf components. The launch vehicle must be capable
of carrying a total payload weight of approximately 800 lbs to
approximately 4000 nautical miles to an approximate reentry angle of 31
degrees. This weight must pass through a point in space approximately
656,000 feet Above Sea Level to an accuracy of +/- 3000 feet, 3s. The
payload will include a Medium Reentry Vehicle (MRV), 2 Medium Rigid
Light Replicas (MRLRs) and 5-10 canisterized targets all of which must
be deployed to provide a specific target picture to the interceptor.
The exact target requirements will be provided in the Mission
Requirements Document (MRD). The frontsection must also provide RF and
video downlink of the targets deployment and the actual intercept,
therefore, the front section must be able to maneuver to properly
deploy the targets and maintain attitude with respect to the targets
picture through intercept. The guidance set must ensure that Front
Section separation and Stage III thrust termination do not impinge on
the targets picture in any way. The contractor must comply with all
Western Range safety, instrumentation and compatibility requirements.
Interested sources must submit a statement of capabilities (SOC)
package to this office. The SOC shall contain pertinent and specific
information addressing the following areas: (1) Experience: an outline
of previous projects, specific work performed or being performed and
any in house research and development efforts directly relating to this
type of mission. Previous experience with launching deactivated 3-stage
Minuteman rockets in a research and development program is highly
desired. (2) Personnel: name,professional qualifications and specific
experience of scientific, engineering and program management personnel
who might be assigned to work in areas of the subject effort. Again,
personnel with previous experience launching deactivated 3-stage
Minuteman rockets in a research and development program is highly
desired. (3) Facilities: availability and description of special
facilities required to perform in the technical areas under
consideration, and a statement regarding industrial security clearance
and storage facilities to support work at the SECRET level. Interested
sources should provide a reasonable schedule of events leading up to
July 00 Initial Launch Capable Date beginning with the anticipated
contract award date of 15 Jan 1999. Any response not addressing all the
above requirements will be rejected. The SOC package is limited to 25
pages excluding resumes. All replies to this synopsis must reference
this sources sought synopsis. Submit only UNCLASSIFIED information. All
responses shall include company size status under the Standard
Industrial Classification Code identified below. Submit all responses
to this synopsis to Ms. Tracy Ford, SMC/TEKO, 3550 Aberdeen Ave,
Kirtland AFB NM 87117. Firms responding should indicate if they are a
small business, a socially and economically disadvantaged business, an
8(a) firm, a historically black college, a woman owned college or
university or a minority institution. The government reserves the right
to set this acquisition, or portions thereof, aside for small
businesses, socially and economically disadvantaged businesses, 8(a)
firms, historically black colleges or universities, and minority
institutions. For this proposed acquisition, the definitions in FAR
19.001 and small business size standard for SIC 3761, size standard
1000 employees apply. This announcement is for information and planning
purposes only. It does not constitute an RFP and is not to be construed
as a commitment by the Government. An Ombudsman will be appointed to
hear concerns from offerors or potential offerors during the proposal
development phase of this acquisition. The purpose of the Ombudsman is
to receive and communicate serious concerns from potential offerors
when an offeror prefers not to use established channels during the
proposal development phase of this acquisition. Potential offerors
should communicate first with the Contracting Officer (Ms Karen Ross,
SMC/TEKB, at 505-846-5103) to request information, pose questions, and
voice concerns before contacting the Ombudsman. In those instances
where offerors cannot obtain resolution from the Contracting Officer,
they are invited to contact the Space and Missile Systems Center
Ombudsman, Mr Leslie Bordelon at 310-363-3818. Posted 09/01/98
(W-SN244345). (0244) Loren Data Corp. http://www.ld.com (SYN# 0232 19980903\18-0001.SOL)
18 - Space Vehicles Index Page
|
|