Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 8, 2001 PSA #2910
SOLICITATIONS

A -- ENHANCED TARGET DELIVERY SYSTEM (ETDS)

Notice Date
August 6, 2001
Contracting Office
US Army Space and Missile Defense Command, Deputy Commander, ATTN SMDC-CM-AP, P.O. Box 1500, Huntsville, AL 35807-3801
ZIP Code
35807-3801
Solicitation Number
DASG60-01-R-0011
Response Due
August 13, 2001
Point of Contact
Elizabeth Callahan, 256-955-3985
E-Mail Address
US Army Space and Missile Defense Command, Deputy (elizabeth.callahan@smdc.army.mil)
Description
The U.S. Army Space and Missile Command, Ballistic Missile Targets Joint Project Office plans to develop Enhanced Target Delivery System (ETDS). The purpose of the ETDS project is to design, develop, integrate, test, and fabricate a strategic heavy lift m odular target launch vehicle system able to meet evolving threat-based missile defense test target requirements in support of the Ballistic Missile Defense Organization Consolidated Targets Program. Strategic ballistic missile targets representative of thr eat systems are required to test the NMD system. The goal is to develop a reliable, highly flexible, ETDS ready for demonstration in third quarter of fiscal year 2003. The objective of the ETDS is to provide a strategic heavy lift modular target launch v ehicle system able to support NMD element development with appropriate target systems and flight trajectories, with capability to operate over the full segment of interest. The ETDS developed may be used as target missiles that are launched from land, sea, or air based launch platforms. The ETDS contractor shall assess the feasibility of conducting launch operations from stabilized ship platforms, airborne platforms, and from remote launch sites. The ETDS must be capable of launch from CONUS test facilities such as, but not limited to: Vandenberg Air Force Base, California and Kodiak, Alaska. More rigorous test scenarios will require target launches to be conducted in the Pacific Ocean area from Hawaii to Kwajalein Missile Range. Included in this area are t he Pacific Missile Range Facility, Kauai Test Facility, Wake Island, and other Pacific broad ocean areas. It is anticipated the ETDS will to be used on single and dual launch NMD missions, with multiple azimuth requirements and in any combination of range scenarios. Depending on specific mission requirements, Government Furnished Equipment may be used in certain target configurations. The ETDS contractor shall assist the payload contractor or government agency with integration and launch services by providi ng information, data, and personnel as required for it to perform the integration task. The ETDS contractor shall also provide support equipment as required for the ETDS being designed. The ETDS must meet all environmental and treaty requirements for launc h operations. The ETDS project will be developed in two phases. (1) Phase I will be multiple-award study contracts awarded on a full and open competition basis for effort to conceptualize the ETDS design approach, but not including the Preliminary Design Review. The period of performance will be four months. The government anticipates three to four awards each limited to a value of $300,000. The Phase I effort will include the modular design approach, supporting documentation, engineering of the ETDS, a nd Phase II proposal. The Phase I RFP shall include the Phase I and Phase II Statements of Work, Technical Requirements Document, and selection criteria for Phase I. Phase II selection criteria shall be provided 60 days after award of the Phase I contract s. The Phase I deliverables shall be fully sufficient to make award for a Phase II contract. No additional information will be solicited or accepted. (2) Phase II will be a single contract award, down-selected from the Phase I contractors, to complete the design then develop, fabricate, integrate and flight test the approved design approach from Phase I. It is anticipated the Phase II contract will be a cost plus incentive fee contract with cost and performance being incentivized. The period of perfor mance will be 24 months. A total of four flight tests are planned for the Phase II basic contract: one Risk Reduction Flight and additional three flight tests. It is further planned the Phase II contract will contain three contract options. Each option will include four additional flight tests each, which may be incrementally exercised. Contractor(s) will be required to possess a SECRET facility clearance and a SECRET safeguarding capability. This effort is not open to allied firms at either the prime or subcontract level. The North American Industrial Classification Systems (NAICS) is 541710 with a small business size standard of 1,000 employees. It is ant icipated a Draft Request for Proposal (RFP) will be issued at www.smdc.army.mil, business opportunities, RFPs in August 2001. It is further anticipated that the final RFP will be issued at www.smdc.army.mil, business opportunities, RFPs in October 2001. C ontractors planning to propose, as primes should notify U.S. Army Space and Missile Defense Command, P. O. Box 1500, ATTN: SMDC-CM-CT (Eliza Callahan), Huntsville, Alabama 35807 within 10 days after publication of this synopsis. Contracting Officer is Ms. Robbie Phifer, (256) 955-2192. Contract Specialist is M s. Eliza Callahan, (256) 955-3985 or email: elizabeth.callahan@smdc.army.mil
Web Link
Army Single Face to Industry (http://acquisition.army.mil)
Record
Loren Data Corp. 20010808/ASOL007.HTM (D-218 SN50U186)

A - Research and Development Index  |  Issue Index |
Created on August 6, 2001 by Loren Data Corp. -- info@ld.com