COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 16, 2001 PSA #2979
SOLICITATIONS
A -- ENHANCED TARGET DELIVERY SYSTEM (ETDS)
- Notice Date
- November 14, 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-R-01-0011
- Response Due
- November 26, 2001
- Point of Contact
- Elizabeth Callahan, 256-955-3985, FAX 256-955-4240
- E-Mail Address
- US Army Space and Missile Defense Command, Deputy (elizabeth.callahan@smdc.army.mil)
- Description
- The Enhanced Target Delivery System (ETDS) acquisition strategy is revised from that which was synopsized in August 2001 as well as issued in the Draft Request for Proposal DASG60-01-R-0011. The purpose of this action is to study the problem and deliver a set of design solutions for the U.S. Army Space and Missile Defense Command (USASMDC) in support of the Ballistic Missile Defense Organization Consolidated Targets Program. Future Ballistic Missile Defense (BMD) testing requires the capability to launch larger, more massive targets in a variety of engagement scenarios. Currently, there is no target system available which is capable of meeting these requirements. The ETDS study is in response to the need for heavier payload capability as well as the requ irement to launch from land, sea, or air platforms. The ETDS contractor shall be required to assess the feasibility of conducting launch operations from stabilized ship platforms, airborne platforms, and from remote launch ground sites. The ETDS must be ca pable of launch from CONUS test facilities to include but not be limited to: Vandenberg Air Force Base, California and Kodiak, Alaska. Current test scenarios require that the targets be launched from the Pacific Ocean area, between Hawaii and the Kwajalei n Missile Range. Included in this area are the Pacific Missile Range Facility, Kauai Test Facility, Wake Island, and other broad ocean areas in the Pacific. It is anticipated the ETDS will be used for single and dual launch missions, with multiple azimuth requirements and in any combination of range scenarios. Depending on specific mission requirements, Government Furnished Equipment may be utilized for certain target configurations. For ground-launch solutions, the ETDS shall not contain or rely upon Peace keeper (LGM-118) equipment and shall minimize and if possible avoid the use of or reliance upon Minuteman (LGM-30) equipment. No such limitations are placed on air or sea-launch solutions. Additionally, no limitations are placed on the use of commercial equivalents or derivatives of Minuteman and Peacekeeper equipment. Contractor(s) will be required to possess a SECRET facility clearance and a SECRET safeguarding capability. This effort is not open to foreign participation or allied firms at either the p rime or subcontract level. The North American Industrial Classification Systems (NAICS) is 541710 with a small business size standard of 1,000 employees. The USASMDC anticipates making multiple-awards for a number of study contracts on a full and open competitive basis. Such studies would include all effort to conceptualize the ETDS flexible target launch vehicle system design approach, but would not inclu de the Preliminary Design Review. The effort will include delivery of a design approach, engineering necessary to validate the ETDS, and supporting documentation (to include a cost estimation and a schedule for the time frame necessary for development and fabrication of the system). It is anticipated that one to four study contracts will be awarded and that each will have a not to exceed value of $600,000. It is anticipated that a separate solicitation will be issued, following the completion of the study effort, for target system development and production. That follow-on competition will be limited to the firms who were previously awarded a study contract . It is envisioned that this effort will include continued development, design completion, fabrications, integration, and testing of the ETDS system. The Draft Request for Proposal (DRFP) issued August 27, 2001 will be revised to coincide with our revised acquisition strategy. Such will be issued as a final document in December 2001. The one-on-one conferences previously planned for October 2001 wil l not be conducted. Instead, USASMDC shall conduct an open, Industry Briefing to be held at 0800 -1100 on November 29th, 2001 at Miltec Corporation Headquarters, 678 Discovery Drive, Huntsville, Al abama. The response to industry questions resulting from the questions received against the Draft RFP will be posted by November 20, 2001 at the USASMDC web page: www.smdc.army.mil (Business, Solicitations, RFP, ETDS Q&A). Upon issuance, the final RFP will be published at this site as well (Business, Solicitations, RFP, ETDS). We anticipate an extensive number of attendees and open-space parking is limited. Attendees are therefore restricted to five personnel per offeror. Carpooling is recommend to the maximum extent possible. This briefing will address both contractual and bu siness related issues, including but not limited to updates to the general acquisition strategy and the current acquisition schedule. You should provide the following information to Elizabeth.Callahan@smdc.army.mil not later than November 26, 2001: (1) na me, title/position, and security classification information of each person who plans to attend the conference.
- Web Link
- Army Single Face to Industry (http://acquisition.army.mil)
- Record
- Loren Data Corp. 20011116/ASOL008.HTM (D-318 SN513018)
| A - Research and Development Index
|
Issue Index |
Created on November 14, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|