SOURCES SOUGHT
A -- XRF Missile and Space Systems Engineering Support - Sources Sought Synopsis
- Notice Date
- 7/21/2009
- Notice Type
- Sources Sought
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- Department of the Air Force, Air Force Space Command, SMC - Space and Missile Systems Center, 483 North Aviation Blvd, El Segundo, California, 90245-2808
- ZIP Code
- 90245-2808
- Solicitation Number
- FA8814-09-R-0002
- Point of Contact
- George F. Sullivan, Phone: 3106539083, Matthew Grosshans, Phone: 3106539101
- E-Mail Address
-
george.sullivan@losangeles.af.mil, matthew.grosshans@losangeles.af.mil
(george.sullivan@losangeles.af.mil, matthew.grosshans@losangeles.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Source Sought Synopsis document 1. TYPE OF ACTION: Sources Sought Synopsis 2. CLASSIFICATION CODE: A - Research and Development 3. NAICS CODE: 541712, 1,000 employees 4. CONTRACTING OFFICE ADDRESS: Department of the Air Force, Air Force Space Command, SMC - Space and Missiles System Center/XRC, 483 North Aviation Blvd, El Segundo, CA, 90245-2808 5. TITLE: XRF Missile and Space Systems Engineering Support 6. RESPONSE DATE: No later than 5 Aug 2009 @ 4:00 PM PST 7. PRIMARY POCs: George Sullivan, George.sullivan@losangeles.af.mil, Phone (310) 653-9083 8. SECONDARY POCs: Cpt Matthew Grosshans, matthew.grosshans@losangeles.af.mil, Phone (310) 653-9101 9. REFERENCE NUMBER: 09-37 10. SBO REFERENCE NUMBER: 09-48 11. SOLICITATION NUMBER: FA8814-09-R-0002 12. DESCRIPTION: a) The Space and Missile Systems Center, Development Planning Directorate (SMC/XR) plans to award a sole source contract to the Johns Hopkins University/Applied Physics Laboratory (JHU/APL), a non-profit University Affiliated Research Center (UARC). Pursuant to FAR 6.302-3(a) (2) (aka the "UARC exception"), this contract is necessary to maintain essential engineering, research, or development capabilities provided by JHU/APL. The period of performance of the contract is expected to run from 31 October 2009 to 31 October 2014 (five years). The estimated approximate value is $29 million. b) JHU/APL's core engineering, research, and development competencies include: strategic systems test and evaluation (including Modeling and Simulation [M&S], range support testing, development of specialized GPS instrumentation, and strategic missile systems engineering and analysis); space science and engineering (including sensor development and prototyping); and combat system and guided missile R&D. c) Under this contract, JHU/APL shall provide specialized Systems Engineering and Integration (SE&I) and range support to the Conventional Strike Missile (CSM) project. Specifically, JHU/APL shall assist in evaluating and developing new technologies, capabilities and systems; performing risk reduction efforts; and designing, engineering, building, and fielding capability demonstrations. It is also contemplated that JHU/APL could provide its expertise in sensor technology and rapid prototyping to support new sensor development. d) This contract is necessary to meet the following requirements: • Continue M&S and Design Evaluation work for the CSM project on the Payload Deployment Vehicle (PDV) hypersonic glide vehicle and the down-range aspects of flight test support; • Obtain for the CSM project the necessary domain knowledge and M&S support in the following areas: GNC/accuracy, system accuracy performance evaluation, system performance assessment, GPS systems, hypersonic aerodynamics, structures and thermodynamics, and trajectory; • Obtain mid and down range support, as well as mission planning activities for the CSM demonstration flight; • Obtain support for early integration activities associated with the GPS systems instrumentation; • Enable transfer of the Defense Advanced Research Projects Agency Falcon program lessons learned and applicable risk mitigation strategies to the CSM program • Allow XRF to rapidly develop material solution prototypes in order to assess the viability of new missile and space system concepts for utility, as well as of new sensor technology e) Functions to be performed by JHU/APL include: • Establishing models and simulations to develop and evaluate test objectives, system evaluation objectives; to evaluate design and test options; and to support program risk reduction activities; • Providing technical support at all the early design reviews such as PDR and CDR; • Providing general modeling and simulation support as part of the CSM systems engineering team for on-going CSM trade studies methods; • Evaluating, coordinating, and recommending mid-course and impact range instrumentation assets, as well as providing support for target deployment and instrumentation; • Planning for the future transfer of the third GPS Full Spectrum Translator (FST) from the Falcon program, updating the models associated with the GPS translator for the CSM program, and developing the GPS translator to PDV Interface Coordination Document; • Exploring and recommending GPS instrumentation alternatives in response to constraints on weight, space, power or other coordinated interfaces; • Performing RF link margin analysis and GPS signal acquisition studies in support of risk reduction and planning for future test flights; • Using applicable portions of the flight test evaluation plan developed for the Falcon program on the CSM program; • Leveraging the experience gained from the Conventional Prompt Global Strike mission planning and analysis activities provided to OSD AT&L in support of the CSM program; • Developing an all-source Best Estimate Trajectory (BET) from the Inertial Measurement Unit and GPS data sources; • Evaluating the accuracy performance of the navigation, guidance and control of the PDV as part of risk mitigation activities for CSM; and f) Potential Organizational Conflicts of Interest (OCI) are mitigated in the following manner: (1) Preventing unfair competitive advantage - To prevent JHU/APL from gaining an unfair competitive advantage, XRF will include in the OCI clause a provision that JHU/APL may not compete at either the prime or the subcontractor level against industry in response to competitive RFPs for development and production involving engineering expertise specifically developed or maintained through this sole source UARC contract (issued under the authority of 10 U.S.C. 2304(c)(3)(B)). This makes JHU/APL a neutral member of the government team and thereby eliminates this OCI issue. (2) Preventing the existence of conflicting roles that might bias a contractor's judgment - Because the knowledge JHU/APL will gain from testing and evaluating sensors from various contractors shall not be used by JHU/APL to develop and build competitive options for an objective system, any bias or perception of bias in JHU/APL's test and evaluation of the various sensors will be minimal to nonexistent. Responses from small and small, disadvantaged businesses are encouraged.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/FA8814-09-R-0002/listing.html)
- Place of Performance
- Address: SMC/XR, 483 N. Aviation Blvd., El Segundo, California, 90245, United States
- Zip Code: 90245
- Zip Code: 90245
- Record
- SN01882722-W 20090723/090722001840-66089e87a3840bbb708da468d60eb596 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |