Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 3,1998 PSA#2173

SMC/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