Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 26,2000 PSA#2523

Department of the Air Force, Air Force Materiel Command, AFRL -- Eglin Research Site, 101 West Eglin Blvd, Eglin AFB, FL, 32542-6810

A -- AGENT DEFEAT SOFT TARGET ORDNANCE PACKAGE SOL PRDA-MNK-00-0001 DUE 013100 POC Judith Gibson, Contract Specialist, Phone (850)882-4294 ext. 3419, Fax (850)882-9599, Email gibsonj@eglin.af.mil -- Vicki Keider, Conracting Officer, Phone (850)882-4294 ext. 3404, Fax (850)882-9599, Email WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=R&ProjID=PRDA-MNK-00-00 01&LocID=1362. E-MAIL: Judith Gibson, gibsonj@eglin.af.mil. DESCRIPTION: Research and development sources are sought for the design, development and demonstration of an Agent Defeat Soft Target Ordnance Package (ADSTOP). The ADSTOP program objective is to develop and flight demonstrate a payload specifically tailored for use against fixed soft targets associated with the development, production, and storage of chemical (C) agents, biological (B) agents, and CB weapons (CBW). The point of departure for the design, development and demonstration effort will be an ADSTOP warhead payload concept provided by the government. The contractor will develop a detailed ADSTOP payload design and evaluate existing tactical munitions dispensers (TMD) to determine which is the best candidate for delivery of the ADSTOP payload when used in conjunction with a Wind Corrected Munitions Dispenser (WCMD) guidance kit. If the contractor determines that modification of the candidate TMD design is necessary in order to efficiently package and effectively dispense the ADSTOP warhead payload, then the contractor will also develop a design for the modifying the relevant TMD. This 24-month program consists of Phase I -- Warhead Design; plus one optional phase, Phase II -- Fabrication and Flight Test. During Phase I the contractor will perform component and system level preliminary engineering design trades and effectiveness analyses to identify a cost-effective ADSTOP warhead design that provides the best overall level of effectiveness against the ADSTOP target set. He will then develop detailed designs for the payload and, if necessary, the modified TMD. The contractor will also conduct ground tests of the all-up ADSTOP warhead and it components. Upon sponsor approval of the contractor's detailed design, and subsequent to receipt of the Government Procuring Contracting Officer's authorization, the contractor will proceed with Phase II. During Phase II, the contractor will fabricate and deliver full-scale warheads for use during Government conducted/contractor supported flight/effectiveness testing. WCMD guidance kits and empty TMD's will be provided as government furnished equipment. The contractor will then support the Government's conduct of flight/effectiveness tests of the ADSTOP warhead. That support will include technical support in the buildup, checkout, and aircraft upload of the ADSTOP flight test hardware. The contractor will also accomplish all analyses, conduct all preliminary tests, and generate all documentation and job guides needed to support obtaining the approvals/clearances necessary for the transport, ground test, and flight test of the all-up ADSTOP warhead. The contractor will assist the government as necessary in the collection of all data and conduct of analysis needed for evaluation of the ADSTOP warhead's flight test performance. The ADSTOP contractor will be required to establish an Associate Contractor Agreement (ACA) with the WCMD prime contractor, Lockheed Martin Co. to ensure that the WCMD guidance kit and the ADSTOP warhead are physically and functionally compatible. That requirement notwithstanding, potential offerors should understand that Lockheed Martin will be allowed to compete for the award of the ADSTOP contract, if they so choose. Potential offerors should, as a minimum, possess and have demonstrated experience in TMD payload development, TMD payload packaging and integration, TMD payload dynamic expulsion/dispersal systems, and in the planning and execution of the wide variety of tests required to mature and flight demonstrate the ADSTOP warhead. Prospective offerors should also have a thorough understanding of chemical and biological agents/weapons in terms of their production, storage, and weaponization. Access to and storage of classified material, up to and including Secret/NOFORN, is required. Foreign firms should be aware that it is likely that restrictions will apply, which would exclude them from being prime contractors on this effort. ADSTOP PRE-SOLICITATION CONFERENCE INFORMATION Date: February 10, 2000 Time: 0830-1130 Location: Eglin AFB FL, Bldg. 13, Rm. 160 Purpose: Government presentation regarding the ADSTOP warhead concept, program objectives, program structure, and procurement approach. Security: The presolicition conference will be classified at the SECRET level. Visit Request: All attendees must forward their security clearances and an approved DD 2345, Export-Controlled DOD Technical Data Agreement, to AFRL/MNPR (Security) prior to the date of the conference. Those individuals/contractors which fail to comply with both requirements will not be allowed in the conference and will not receive a hard copy of the material and/or data presented or referenced during the conference. Conference seating limitations will make it necessary to limit each responding company, inclusive of subsidiaries, to a maximum of two attendees. No requests for exception regarding these attendance limits will be entertained. Prospective offerors, which satisfied the security and export control requirements for attending the conference may schedule 1-hour private sessions with the ADSTOP Program Management Team between 1130 and 1430 on 10 February. The private meetings will be held at Eglin AFB FL, Bldg. 13, Rm. 251. There will no restrictions on the number of industry personnel that may attend the private sessions. An Ombudsman has been appointed to address concerns from offerors or potential offerors during the proposal development phase of this acquisition. The Ombudsman does not diminish the authority of the program director or Contracting Officer, but communicates Contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Matters of a routine or administrative nature concerning this acquisition should not be addressed to the Ombudsman but rather to the Contracting Officer, Contract Specialist, or the Program Manager identified below. For any other concerns, interested parties may call AFRL/MN_s Ombudsman, Lt Col Mary Quinn, at (850) 882-2872 ext 3420. For contractual issues contact Ms Judith Gibson, Contract Specialist, (850) 882-4294 ext 3419, e-mail gibsonj@eglin.af.mil or Ms Vicki Keider, Contracting Officer, (850) 882-4294,ext 3404 e-mail keider@eglin.af.mil or telefax (850) 882-9599. For technical issues and to schedule conference attendance contact Mr Ken West, (850) 882-2141 ext-2200, at AFRL/MNMI, 101 West Eglin Blvd, Suite 250, Eglin AFB FL 32542-6810 or e-mail westko@eglin.af.mil. See numbered Note 26. Posted 01/24/00 (A-SN418475). (0024)

Loren Data Corp. http://www.ld.com (SYN# 0018 20000126\A-0018.SOL)


A - Research and Development Index Page