Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 19, 2001 PSA #2960
SOLICITATIONS

A -- HIGH SPEED ANTI-RADIATION DEMONSTRATION (HSAD)

Notice Date
October 17, 2001
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Weapons Division Dept.1, Commander, NAWCWD, Code 210000D, 1 Administration Circle, China Lake, CA, 93555-6100
ZIP Code
93555-6100
Solicitation Number
N68936-01-R-0123
Response Due
December 17, 2001
Point of Contact
Linda Long, Contract Specialist, Phone (760) 939-4232, Fax (760) 939-4241, Email longll@navair.navy.mil -- Doreen Robbins, Procuring Contracting Officer, Phone (760) 939-9665, Fax (760) 939-4241, Email robbinsdp@navair.navy.mil
Description
The Naval Air Warfare Center Weapons Division, China Lake, CA, is soliciting proposals for the High Speed Anti-Radiation Demonstration (HSAD) Project on a full and open competition basis from qualified sources. The government?s requirement is for the development, demonstration and deliveries of an airframe/propulsion/steering control (APS) system that will enhance the capabilities of an evolving Anti-Radiation Missile (ARM) system. This system will be used to support the High Speed Anti-radiation Demonstration (HSAD) Project. The project is administrated by the Office of Naval Research (ONR) Future Naval Capabilities (FNC) Time Critical Strike (TSC) element. The HSAD Project is directed toward increasing the range and average velocity of an advanced version of the High-speed Anti-Radiation Missile (HARM) system, which is to be called Higher Speed Anti-Radiation Missile (HSARM) system. The envisioned APS subsystem must have the following key characteristics: (1) must be capable of being launched from an F/A-18 C/D; (2) must be compatible with the guidance section of the proposed HSARM; (3) must be compatible with current HARM F/A-18 C/D interfaces; (4) must be capable of propelling the proposed HSARM system 100 nautical miles; (5) must be capable of reducing the proposed HSARM time of flight (TOF) to no greater than 80% of the current HARM; (6) must have the ability to control terminal velocity; and (7) must show by analysis that the Average Unit Procurement Cost (AUPC) is no more than $235K in specified quantities and rates. The detailed listing of required characteristics is contained in draft specification documents, which will be included in the solicitation package. Based on the results of industry and government APS conceptual studies and the Defense Suppression Program Office?s (PMA-242) ARM roadmap, the government has narrowed the propulsion concept to be an integral rocket, variable flow ducted rocket and a tail controlled steering concept. Specifically a ten (10)inch diameter propulsion/airframe is viewed as the lowest risk approach for meeting system requirements while leveraging existing compatible guidance and telemetry systems. Although a 10-inch diameter system is preferred, other diameter systems will be considered. Proposals offering other propulsion concepts will not be considered. The HSAD Project is scheduled to begin in Fiscal Year (FY) 2002 and will span four years. The captive and free flight demonstration of the vehicle is proposed in mid FY 2005 timeframe. The successful free flight demonstration of the HSAD vehicle is planned to form the baseline for a potential follow-on System Development and Demonstration (SD&D) Program, wherein the proposed HSARM guidance section and HSAD APS section will be integrated into the HSARM system that will ultimately be introduced into the fleet. Access to classified information up to the secret level is anticipated in the performance of this contract. Contractors will be required to have and maintain the proper facility clearances. Potential sources are required to provide the contract office with their level of clearance, current mailing address, point of contact and telephone number. Send to the attention of Linda Long at email: longll@navair.navy.mil. The government contemplates award of a Cost Plus Fixed Fee Research and Development Completion form type of contract for this effort. The Request for Proposal will be issued on or about 1 November 2001 and will be available through the Contracts Competency homepage Web site at: https://contracts.nawcwd.navy.mil/rfp-nawc.htm. Some portions of the RFP may not be available electronically. It is the Offeror?s responsibility to contact the government representative, whose name follows, in order to obtain copies of those portions of the RFP that are unavailable electronically. Submit requests to Linda Long, Contract Specialist, via email: longll@navair.navy.mil or via telefax at (760) 939-8107. The government anticipates a 45-day response time for receipt of proposals. All qualified sources may submit a proposal which shall be considered by the agency. See Note 26.
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/spg/USN/NAVAIR/N68936/N68936-01-R-0123/listing.h tml)
Record
Loren Data Corp. 20011019/ASOL001.HTM (D-290 SN5108T1)

A - Research and Development Index  |  Issue Index |
Created on October 17, 2001 by Loren Data Corp. -- info@ld.com