SOURCES SOUGHT
A -- Advanced Technology Test and Development Program (ATTDP) - ATTDP Sources Sought Notice 2018 May 17 Closes 2018 June 1
- Notice Date
- 5/17/2018
- Notice Type
- Sources Sought
- NAICS
- 541715
— Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - RSA (W9113M) - (SPS), 5300 Martin Rd, Redstone Arsenal, Alabama, 35898-0000, United States
- ZIP Code
- 35898-0000
- Solicitation Number
- W9113M-18-C-0004-Amendment-0001
- Archive Date
- 6/2/2018
- Point of Contact
- Jan Burke, Phone: 2569555957, JAMES P KENNEY, Phone: 2569555986
- E-Mail Address
-
jan.p.burke.civ@mail.mil, JAMES.P.KENNEY.CIV@MAIL.MIL
(jan.p.burke.civ@mail.mil, JAMES.P.KENNEY.CIV@MAIL.MIL)
- Small Business Set-Aside
- N/A
- Description
- ATTDP Sources Sought Notice 2018 May 17 Closes 2018 June 1 This combined sources sought/intent to sole source notice is issued by the Army Contracting Command-Redstone (ACC-RSA) in support of the United States (U.S.) Army Space and Missile Defense Command (SMDC)/Army Forces Strategic Command (ARSTRAT) for the purpose of conducting market research to determine if there are potential sources with advanced technology test and research and development capability to perform the effort as described below. The effort is titled Advanced Technology Test and Development Program (ATTDP) formerly known as Aerophysics Test Program (ATP). The ATP effort is currently being performed by the University of Alabama in Huntsville (UAH) under contract W9113M-12-C-0031. It is anticipated ACC-RSA will issue a sole source award to UAH for the ATTDP effort under the authority of 10 U.S.C. 2304(c)(3) as implemented by Federal Acquisition Regulation (FAR) 6.302-3(a)(1) and (a) (2)(ii). The potential award will be a three-year base effort with two (2) one-year option periods for an estimated value of $47 million. The U.S. Government (Government) will determine whether or not to proceed with an acquisition and, if it does decide to proceed, the best acquisition strategy that will meet the needs of the Government. This notice falls under the North American Industry Classification System (NAICS) code 541715 with a size standard of 1,000 employees. Under this NAICS code, please specify if you are a Small Business; Small Disadvantaged Small Business; Section 8a Small Business; Service Disabled Veteran-owned Small Business; HubZone Small Business; Woman-owned HubZone Small Business; Woman-owned Small Business; or Economically Disadvantaged Woman-owned Small Business. Please indicate all that apply. SUSPENSE DATE: If an offeror elects to submit a short capabilities statement, please ensure it is no more than 10 pages in length, and demonstrates the interested vendor can perform the requirement as described below. It is requested submissions be made via email to both the primary and secondary points of contact listed below no later than June 1, 2018 at 11:59 p.m. (Central Time). This notice does not constitute a request for proposal (RFP) or a promise to issue an RFP in the future. Solicitations are not available at this time. A request for a solicitation will not receive a response. This is a Government market research effort in accordance with FAR Part 10 "Market Research" and FAR Part 15 "Contracting by Negotiation." This notice does not constitute a commitment by the Government to contract for any supply or service whatsoever nor does its issuance in any way restrict the Government as to its ultimate acquisition approach. All information submitted in response to this notice, including a capabilities statement, is strictly voluntary. The Government will not award a contract on the basis of this notice; will not pay for information requested; or compensate any respondent for any costs incurred in developing, preparing, or submitting a response to this notice. Any information provided by the Government at this time is preliminary and may be updated or changed. Not responding to this notice does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on FedBizOpps in accordance with FAR Subpart 5.2 unless an exception applies. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this announcement. Responses to this notice will be incorporated with other market research. DESCRIPTION OF EFFORT: The ATTDP continues and extends the efforts performed under the original ATP contract that went into effect on September 19, 1989, and continues through ATP IV, which took effect on September 25, 2012. Under ATP I, the essential capability to perform hypervelocity/aerophysics research in support of strategic, theater, and tactical missile defense requirements were established. Test programs in support of anti-satellite, lethality and target hardening, kill assessment, and Patriot warhead development were accomplished during ATP I. Test programs in support of Logistics Management Institute, Man-Machine Interface and Terminal High Altitude Area Defense kill assessment input for computational lethality codes; advanced tactical long-rod penetrators and tactical nosecones; and research in kinetic energy were accomplished in ATP II. This effort demonstrated capability to perform experiments and analyses applicable to the Missile Defense Agency (MDA); USASMDC/ARSTRAT; U.S. Army Aviation and Missile Command (AMCOM); Defense Nuclear Agency; U.S. Air Force; Defense Advanced Research Projects Agency (DARPA); and private industry. Later, Counter Improvised Explosive Device (IED) testing and improvement, flight vehicle weather encounter, lower velocity launch operations, and reverse ballistics test capabilities were established under ATP III. ATP IV is a continuation of the type of efforts performed under ATP I through III. The hypervelocity aerophysics research capability permits sub-scale to full-scale ground based tests. Facility upgrades implemented under ATP I - IV, allowed Y2 scale replicas of theater missile defense interceptors to be launched over most of the expected range of intercept strike velocities, strike angles, and interceptor pitch angles. Ground tests provide a relatively low cost/fast response method to obtain experimental data of systems concepts for down select decisions. These ground tests can significantly reduce performance risks going into full-scale proof of principal flight test programs. The ATTDP effort will utilize the Government's hypervelocity light gas gun facilities and measurement sensors and the experience base of the UAH range and other personnel to perform experiments and analyses for a broad class of test programs and other work specified at a later time. PROGRAM OBJECTIVES: The objectives of the ATTDP effort are set forth below. To perform high velocity impact experiments; provide test measurements and analyses of impact observables; perform experiments to assess the requirements ensuring survivability of strategic, theater and tactical missile defense system assets; conduct experiments and analyses to assess the effects of the flow environment on interceptor sensor accuracy; and perform threat assessments. The development and maintenance of a database for measurements and analyses of radar and optical target signature characteristics. The provision of analytical evaluation of test measurements for penetration aids technology programs and evaluation of innovative discrimination concepts in dynamic test scenarios, replicating actual altitude regimes of interest. The evaluation of replica decoys and other types of penetration aids at specific velocities utilizing surrogate sub-scale fabricated models.\ The experimentation and analyses of counter IED technologies assessment supporting engineering management research. The development of models for aerospace environmental, dynamic and structural component analysis, model validation, sensor, systems-level rocket propulsion systems, solid propellant combustion, and other areas of interest. Support research and development (R&D) of large scale data management and product generation tools; computer hardware and software research; weapon system research, evaluation, and support; and cyber-threat research counter threat development and others. TECHNICAL REQUIREMENTS: Provide engineering management support, which includes, but not limited to, independent reviews and technical support for planning, scheduling and resource allocation for performance of mission activities. Provide prototype design, development, planning, execution, and hardware and software development, testing and fabrication and delivery. Provide management information system research, analysis, development and evaluation in support of the unique ATTDP effort. Develop test plans as required to accomplish the tests. Development of test plans for phenomenology tests, target vulnerability tests, flight test support, facility utilization, instrument development, dynamic and structural component analysis, and other tests as requested. Perform experiments and analyses for the evaluation/assessment of Laser Detection and Ranging, sensors, plasma and related technologies, electromagnetic pulse generators, radars, control devices, counter IED technologies, counter unmanned aerial systems technologies, algorithms and small satellite technologies. Develop new concepts and technologies for application to the programs of USASMDC/ARSTRAT, MDA, AMCOM, DARPA and other Government agencies (OGAs) based upon information gained by the contractor during research. Perform and/or develop models/modeling in the areas of aerospace environmental, dynamic and structural component analysis, model validation sensor, systems-level rocket propulsion systems, solid propellant combustion and other areas. Support R&D of large scale data management and product generation tools; computer hardware and software research, evaluation, and support; and cyber-threat research and counter threat development as required. Much of this support is required on-site at the Aerophysics Research Facility (ARF), a Government-owned laboratory located on Redstone Arsenal, AL 35898. The Government will develop, submit, and obtain approval of an Explosive Safety Site Plan (ESSP) and Deviation Approval and Risk Acceptance Document (DARAD), to allow explosive operations to be conducted within the ARF. The contractor will have full access to the ARF and a Government scrap metal bin to dispose of any scrap metal produced during laboratory operations. Additional requirements include providing support servicing and maintenance of all lab and associated equipment at the ARF, as directed by the COR, excluding building infrastructure. The contractor will have access to certified explosives testing facilities when properly licensed and will be authorized a standalone computer network for the connectivity of lab and test related equipment. Develop test plans when required to accomplish the tests set forth by the Government including test plans for phenomenology tests, target vulnerability tests, flight test support, facility utilization, instrument development, dynamic and structural component analysis, and other tests as requested. Design and fabricate projectiles to be launched in the light gas gun systems. These projectiles shall be warhead fragments, single or multiple rods; sub-scale replicas of re-entry vehicles, threat missiles, hit-to-kill vehicles or interceptors; or tactical armor penetrators. Instrument the sub-scale vehicles to obtain data on vehicle and/or on-board sensor performance. Design and fabricate targets as specified. The targets shall be simple mock-ups of complex targets or high fidelity replicas of threat configurations and include all types of strategic, theater, and tactical missiles. Perform threat assessment. Design and fabricate test articles as required to support USASMDC/ARSTRAT R&D activities. Instrument the targets to obtain required data for target vulnerability; lethality criteria development; system effectiveness studies; damage assessment and verification; and kill assessment. This data shall include, but not be limited to, target damage, timing, pressure, acceleration, temperature, displacement/velocity, debris size and velocity distribution, impulse, momentum transfer, and impact radiate spectral emission signature. The sensors and recording systems shall include, but not be limited to, spark shadowgraphs, flash X-rays, high speed cameras, laser photographs, high speed video cameras, radiometers, spectrographs, pressure gauges, accelerometers, Doppler radars, ballistic pendulums, and other sensors. Prior to each test, coordinate the list of instrumentation, its location, and expectation of recorded data with the Government. Develop new instrumentation and/or data collection techniques. Modify the test chambers to conduct instrumentation installation and test. Modify launcher system operational conditions, launcher components, and range equipment to conduct tests. Perform tests for the Government. Acquire, record, and process the data from the various sensors and instrumentation used in the conduct of each test. Provide data analysis as required. Conduct a test planning review prior to the commencement of each test program, one test program review during test, and two post-test reviews after each test as required by the Government. Each review (test planning, test program and post-test) shall be conducted at the contractor's facility. Develop a test plan, test report, an R&D status report, and a final report requested in the technical directive by the Government. Plan, organize, and direct extensive software development and test efforts as required; software and model verification and validation; perform software engineering analysis and studies; and use lethality codes for assessment and analysis. Perform software accreditation as required. Conduct data archiving and distributed systems research. Perform experiments to assess/evaluate the requirements to ensure survivability of strategic, theater, and tactical missile defense system assets. Perform hypervelocity impact tests in order to determine methods to protect space assets, interceptors, and ground-based assets against a variety of high velocity particle fragment/debris/pellets. Perform measurements and analyses of impact observables. Perform experiments and analyses to assess the effects of the flow environment on interceptor sensor accuracy. The effects of interest may include both aero-thermal and aero-optical effects involving air density gradients, boundary layer turbulence, electron density gradients and injectants for cooling or electron quench. Develop and maintain a signature database, made accessible to the Government upon request, for selected models through measurements and analyses of radar and optical target signature characteristics. The contractor shall characterize target signatures from the body and wake for the full operating regime of the ground-based defense systems and range instrumentation, as well as anechoic radar chamber capabilities. Provide test measurements and analytical evaluation to support penetration aids technology programs. Evaluate innovative discrimination concepts in the dynamic test scenarios given, replicating actual altitude regimes of concern. Evaluate replica decoys and other types of penetration aids at representative velocities utilizing surrogate sub-scale models fabricated with appropriate materials and mass properties. Perform experiments and analysis of electromagnetic radiation interaction with materials and systems, radio to x-ray frequency band. Perform experiments and characterization of candidate weld tool materials, tool configuration, and the use of supplemental heating in the contractor owned friction stir welder. Resulting weldments and tools will be assessed regarding the resulting weldment strength, microstructure, defects, and tool wear. Perform characterization of specimens produced by various additive manufacturing processes. These processes will consider the use of both wire and powder feed stock. Variations in mechanical properties and resulting microstructure will be evaluated and compared between the additive manufacturing approaches. Perform experiments and analyses, modeling and theory development, on low and high density materials response to a high power electrical energy pulse. Properties of the resulting plasma and associated electromagnetic radiation will be assessed. Perform tests and analysis involving pulsed power equipment. This includes the large Government furnished terawatt pulse power system, smaller micro-particle plasma drag gun, or other pulsed power devices.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/d9cc7354fc47ae13ec638c01f2862405)
- Place of Performance
- Address: Army Contracting Command-Redstone, Building 5224 Martin Road, Redstone Arsenal, Alabama, 35898, United States
- Zip Code: 35898
- Zip Code: 35898
- Record
- SN04926519-W 20180519/180517231019-d9cc7354fc47ae13ec638c01f2862405 (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 |