Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 24, 2011 FBO #3379
SOURCES SOUGHT

A -- Aerophysics Test Program Support

Notice Date
2/22/2011
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
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
W9113M-ATP
 
Response Due
3/9/2011
 
Archive Date
5/8/2011
 
Point of Contact
Billy Lemley, (256) 955-3045
 
E-Mail Address
US Army Space and Missile Defense Command, Deputy Commander
(billy.lemley@smdc.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Space and Missile Defense Command (USASMDC) intends to negotiate on a sole source basis with the University of Alabama in Huntsville (UAH) a follow on contract to DASG60-03-C-0006 for Aerophysics Test Program Support. The proposed acquisition acquisition is directed to UAH pursuant to 10 U.S.C. 2304(c)(1), as implemented by FAR 6.302-1. These efforts build on the prior work of UAH and it has been determined that award to any other source would result in substantial duplication of cost to the Government not expected to be recovered through competition. This support shall include, but not be limited to: a) Perform high velocity impact experiments and analyses; b) Perform measurements and analyses of impact observables; c) Perform experiments to assess/evaluate the requirements to ensure survivability of strategic, theater, and tactical missile defense system assets; d) Perform experiments and analyses to assess the effects of the flow environment on interceptor sensor accuracy; e) Perform threat assessment; f) Develop and maintain a signature database for selected models through measurements and analyses of radar and optical target signature characteristics; g) Provide test measurements and analytical evaluation to support penetration aids technology programs; h) Evaluate innovative discrimination concepts in the dynamic test scenarios given, replicating actual altitude regimes of concern; i) Evaluate replica decoys and other types of penetration aids at representative velocities utilizing surrogate sub-scale models fabricated with appropriate materials and mass properties; j) Perform experiments and analyses (as directed) for the evaluation/assessment of LADARs, Sensors, plasma and related devices, electromagnetic pulse generators, control devices and algorithms; k) Develop new concepts and technologies for application to the programs of the Missile Defense Agency, U.S. Army Space and Missile Defense Command/ARSTRAT (USASMDC/ARSTRAT), U.S. Army Aviation & Missile Command (AMCOM), the Defense Advanced Research Project Agency (DARPA), and other government agencies, based upon information gained by UAH during testing; l) Perform experiments and analysis for the evaluation/assessment of counter IED Technologies; m) Perform &/or develop models/modeling in the areas of aerospace environmental, dynamic & structural component analysis, model validation, sensor, systems-level rocket propulsion systems, solid propellant combustion and other areas; n) Perform engineering management research and support; o) Research and development of large scale data management and product generation tools; p) Computer hardware and software research; q) Weapon system research, evaluation, and support. The following contractor furnished equipment and support which must be provided but is not limited to: Above subparagraphs a. - i., part of j.,k. and l: Three "soft" launch, two-stage light gas gun systems and extensive support facilities. These include instrumentation and data- gathering equipment and laboratories, test chambers, and model and target fabrication shops. The instrumented test chamber for flight and signature measurements can be evacuated to simulate flight conditions from sea level to about 70 km altitude. Above subparagraphs j. and l.: CAD and optomechanical design facilities, as well as precision diamond turning capability and a deterministic polishing tool. Other capabilities include optical fabrication, metrology, holography, testing and prototyping of state-of-the-art optical components and systems. An 8,000-square-foot nano/microfabrication facility, approximately half of which is clean room space. The group's toolset includes capabilities for optical and electron beam lithography, thin film disposition, plasma etching, wet chemical processing, dicing, wire bonding, critical point drying and various metrology functions, such as field emission scanning electron microscopy. These researchers also operate a simulation facility based on two Linux clusters (48 and 32 node) and a photonic test facility. Above subparagraphs l. and m.: Facilities include: (1) The Propulsion Test Facility which includes two hot firing positions with an adjacent room that houses optical diagnostic equipment that can be directed to either cell; (2) The High Pressure Comustion Lab which is equipped with strand burner/combustion bombs capable of pressure to 3,200 psia with a full range of temperature conditioning for the propellant. This laboratory houses a full range of instrumentation, including ultrasonic methods, for measuring solid rocket combustion characteristics; (3) The Solar Thermal Laboratory which is capable of delivering 5 kW solar thermal power to a spot 5 cm in diameter locate within a vacuum chamber capable of 10-9 Torr; (4) A 6 ft dia. X 13 ft. long vacuum tank complete with roughing and oil diffusion pumps that is suitable for electric propulsion and other small thruster testing under simulated vacuum conditions and 5) A water tunnel with a variable speed pump that can deliver water flows at Reynolds Numbers of 105. This tunnel is suitable for both qualitative and quantitative studies of internal flows using a Particle Imaging Velocimeter (PIV) or laser illuminated flows. Above subparagraph q.: (1) a unique chemical laser nozzle cold flow test facility with flow visualization capability essential for correlating experimental results with hot flow data and computer models; (2) an applied optics center (with holography) for experiments in optical propagation; (3) an intelligent systems laboratory; (4) a robotics laboratory; (5) a temperature and humidity-controlled environmental chamber for equipment testing; and (6) a unique visualization and simulation laboratory which incorporates state-of-the-art software and computers capable of implementing an expert system which can be used interactively to research various material properties, design characteristics and standardized components. The government owns Building 6230 located on Redstone Arsenal, Alabama and currently leases it to UAH. The government also owns part of the large (254mm) light gas gun and also leases it to UAH. Any resultant award will include a twelve (12) month basic effort. Along with a surge option and four, 12 month options for a potential period of performance of sixty (60) months. The contract type will be a level of effort cost reimbursement. The estimated cost for this acquisition is $.600M for the basic effort, $1.6M for the surge option, $2.1M for option I, $2.2M for option II, $2.4M for option III, and $2.7M for option IV, for a total estimated cost of $11.6M. Based upon market research, the Government is not using the policies contained in Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice. The proposed contract action is for services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1. This notice of intent to award a sole source contract is not a request for competitive proposals. Interested parties who believe they can perform this requirement without substantial duplication of cost to the Government are invited to submit a written narrative statement of capability, no more than 15 pages in length, to include detailed technical information sufficient to permit agency analysis in order to determine bona fide capability to meet the Government's requirements. In order to be responsive, the statement must demonstrate: (1) a history of proven experience in providing the services described above; and (2) the ability to immediately assume the on-going project without disruption to current operations. Responses without the required documentation will be considered nonresponsive. The above stated information must be received no later than 15 days after publication of this synopsis, should cite number W9113M-ATP and should be mailed to the U.S. Army Space and Missile Defense Command, P.O. Box 1500, Huntsville, AL 35807-3801. Contracting Officer is Ms. Shirley Williams, SMDC-RDC-BC, (256) 955-5878, or e-mail shirley.williams@smdc.army.mil. A determination by the Government not to compete this effort based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. All responsible sources may submit a response that will be considered. This is NOT a formal notice of solicitation. Telephone or facsimile inquires and/or responses will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/SMDC/DASG60/W9113M-ATP/listing.html)
 
Place of Performance
Address: US Army Space and Missile Defense Command, Deputy Commander ATTN SMDC-CM-AP, P.O. Box 1500 Huntsville AL
Zip Code: 35807-3801
 
Record
SN02384798-W 20110224/110222234217-be55605a99aeec3e45b001727a01d11c (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.