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