Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 29, 2001 PSA #2925
SOLICITATIONS

A -- ENHANCED TARGET DELIVERY SYSTEM (ETDS)

Notice Date
August 27, 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/DRAFT
Response Due
September 11, 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 an Enhanced Target Delivery System (ETDS). The purpose of the ETDS project is to design, develop, integrate, test, and fabricate a strategic heavy lif t modular 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 threat 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 launc h vehicle 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, s ea, 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 facilit ies 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 ar e the 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 ran ge 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 prov iding 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 la unch 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 Desi gn 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 , and Phase II proposal. The Phase I RFP shall include the Technical Requirements Document, Phase I Statement of Work (SOW) and selection criteria. It shall also contain the Phase II SOW, special instructions and selection criteria. The Phase I deliver ables 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 performance will be 24 months. A total of four flight tests are planned for the 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 fligh t 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. The Draft Request for Proposal (RFP) is now issued at www.smdc.army.mil, business opportunities. One-on-one proposal conferences are planned to be held at the U.S. Army Space and Missile Defense Command, 106 Wynn Drive, Huntsville, Alabama 35805 from 1 to 5 October 2001 upon written request. The conferences will be conducted by appointment only and shall be limited to one hour per potential offeror. Interested parties must submit a request by email to Elizabeth.Callahan@smdc.army.mil no later than 3:00 p.m. CST on 11 September 2001. Questions reg arding the Draft Request for Proposal shall be submitted with your request. Requests received after this date shall not be considered. A confirmed date and time for each conference will be provided to each requestor by email. NO TELEPHONE INQUIRIES WILL BE ACCEPTED. All questions and answers resulting from these conferences shall be published with the final Request for Proposal. The estimated release date of the final Request for Proposal is 22 October 2001.
Web Link
Army Single Face to Industry (http://acquisition.army.mil)
Record
Loren Data Corp. 20010829/ASOL003.HTM (D-239 SN50W0C5)

A - Research and Development Index  |  Issue Index |
Created on August 27, 2001 by Loren Data Corp. -- info@ld.com