Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 29,1996 PSA#1710

Commander, Naval Air Systems Command (Code 2.4), 1421 Jefferson Davis Hwy, Arlington, Va 22243-5120

15 -- HIGH ALTITUDE SUPERSONIC TARGET (HAST) SOURCES SOUGHT SOL N00019-97-Q-0000 DUE 111596 POC Contact, LCDR GARY A. BROADWELL, Phone (703)604-0903 The Naval Air Systems Command and Program Manager for Target Systems (PMA-208) invite potential offerors to submit comments on the High Altitude Supersonic Target (HAST) performance-based acquisition. The results of this RFI will serve as the basis for establishing the initial bidders list and will provide essential information whether adequate competition exists to compete the HAST. The purpose of this CBD announcement is to solicit information and feedback from industry (foreign industry also encouraged) for potential non-developmental item (NDI)/Near NDI solutions to the HAST performance parameters. Information is requested (but is not limited to): Performance Specifications; Performance Data; Current and Projected Performance Capabilities; Logistics Concepts; Rough Order of Magnitude (ROM) inputs on projected costs and production lead time; etc. Because the HAST will be a performance warranted item, the Government is interested in innovative logistics concepts which minimize maintenance, training and support. The government is also receptive to industry ideas for reducing the cost of ownership of supersonic aerial targets, which may include providing target presentations to the Government (in lieu of only providing targets.) This request for information (RFI) is supported by two (2) performance-based acquisition documents: (1) Performance Parameters Document (PPD) for the HAST; and(2) System Parameters Document (SPD) for the HAST. These documents are currently available for hand pick-up or fax transmission from the Naval Air Systems Command at the address below. Interested parties are requested to contact the POC below for further details no later than 15 Nov 96. The HAST must realistically simulate medium and high altitude anti-ship missile profiles and ballistic missile profiles. The primary mission is support of fleet training requirements for surface-to-air and air-to-air missile exercises on Navy ranges and in the littoral environment. The secondary mission is to support weapon system research, development, test and evaluation (RDT&E) programs. For planning and RFI purposes, the following general information summarizes the two performance-based acquisition documents: The two performance documents are subdivided into ''Baseline'' and ''Growth''. The Baseline is defined as the minimum technical parameters to meet the existing target system capabilities. Growth is defined as the minimum technical parameters for test and evaluation to qualify multi-weapon system programs and validate their requirements. A short summary of the PPD Baseline parameters for the anti-ship mission includes: Speed, Mach 4.0 at 100Kft; Altitude, 1Kft-100Kft; Range, 55NM @ 100Kft, Mach 4.0; Maneuver, Dive and Dive Pull-Out; Dive Angle, 15-65 degrees; Multi-Target Formation, 1-2 target presentation; Radar Cross Section, RCS Variability. The ballistic missile profiles are found in the PPD. Subject to industry interest and capabilities, the Government plans to electronically release a draft, performance-based solicitation, under full and open competition in mid 1998 for an Initial Operational Capability of June 2000. The HAST effort, if competed, will include the engineering, fabrication, integration, test, evaluation, manufacture, and support for the HAST system. Draft solicitations will be transmitted electronically using the Internet. An electronic Pre-Solicitation Conference will also be held at a time to be announced upon release of the draft RFP. It is the Government's intent to proceed into production provided cost, system performance parameters, and user requirements are met. A total of 35-50 HAST systems, are anticipated under the basic contract with similar production quantities anticipated for four option years. This RFI synopsis does not represent a contract, a promise to contract, or a commitment of any kind. Questions concerning the technical requirements of the solicitation and written requests for the two performance parameter documents should be submitted, no later than 15 Nov 96 to: Naval Air Systems Command, Attn: AIR-2.4.2.1.1; Bldg. CG-4, Room 412; 1421 Jefferson Davis Highway; Arlington, VA 22243-5120. POC is LCDR Gary Broadwell, commercial (703)604-0903x3736, facsimile (703)604-1236. - NAVAIR Synopsis No. 40097-96. (0299)

Loren Data Corp. http://www.ld.com (SYN# 0130 19961028\15-0007.SOL)


15 - Aircraft and Airframe Structural Components Index Page