Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 26, 2024 SAM #8339
SOURCES SOUGHT

A -- Air Launch Test Capability (ALTC) and Under Water Test Capability (ULTC)

Notice Date
9/24/2024 9:32:37 AM
 
Notice Type
Sources Sought
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
NAVAL AIR WARFARE CENTER CHINA LAKE CA 93555-6018 USA
 
ZIP Code
93555-6018
 
Solicitation Number
N6893624R0025
 
Response Due
10/9/2024 4:00:00 PM
 
Archive Date
10/09/2025
 
Point of Contact
Robert Roulusonis, Phone: 7607934283, Scott Hansen, Phone: 7607934451
 
E-Mail Address
robert.a.roulusonis.civ@us.navy.mil, scott.c.hansen.civ@us.navy.mil
(robert.a.roulusonis.civ@us.navy.mil, scott.c.hansen.civ@us.navy.mil)
 
Description
This sources sought is for potential sources to provide upgrade, redesign, and operation of the current Launch Test Complex (LTC) at China Lake, CA, to include site re-activation, test and evaluation, support to enable fielding or deployment, as well as upgrade, design and fabricate a Test Payload Tube (TPT), Launch Test Stand (LTS), Launch Test Vehicle(s) (LTV), Advanced Payload Module (APM), Compressed Air Ejector (CAE), Cross Flow (CF) Simulator and Control and Data Acquisition Next Generation (CDAS-NG).� The upgraded LTC, now referred to as the Air Launch Test (ALT) complex, will provide the air launch testing/capability to support the CPS program.� This requirement is to also provide conceptual design and operation of an Under Water Test (UWT) at the Underwater Launch Test (ULT) complex , which will include estimated costs, technology maturity and estimates on build schedules.� This data will be the updated basis for Government trade studies, or parametric cost estimates for the ULT complex.� The ALT and ULT complex will not only aide in the conceptual design of a new weapons system, through qualification of hardware, various components and systems, but will also provide risk mitigation for the testing of the new weapons system on a ship, submarine, aircraft, and land to achieve the hypersonic capability as directed by the Office of the Secretary of Defense (OSD). Interested firms must be registered in the System for Award Management (SAM) database at https://sam.gov/ to start doing business with the federal government.�� Written responses to this notice shall be submitted by e-mail to the point(s) of contact listed above no later than 15 days from this notice date. This notice of intent is not a request for competitive proposals, it is a notice of intent to sole-source procure the requirement described above in accordance with FAR 6.302-1.� However, any firm believing it can fulfill the requirement identified above may submit a written response to be received at the Contracting Office no later than 15 days after the date of publication of this notice, which shall be considered by the agency.� The written response shall reference solicitation number N6893624R0025 and provide a capability statement that clearly indicates the firm�s experience, assets, background, and ability to perform the required work without compromising the quality, accuracy, reliability, and schedule.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1cc6bcbb1c0147fead38545f61aabbbb/view)
 
Record
SN07223432-F 20240926/240924230121 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.