COMMERCE BUSINESS DAILY ISSUE OF APRIL 25, 2001 PSA #2837
SOLICITATIONS
A -- ENHANCED TARGET DELIVERY SYSTEM (ETDS)
- Notice Date
- April 23, 2001
- Contracting Office
- U.S. Army Space & Missile Defense Command, Attn: SMDC-CM, 106 Wynn Drive, Huntsville, AL 35805-1990
- ZIP Code
- 35805-1990
- Point of Contact
- Robbie Phifer, Contract Specialist, (256) 955-2192
- E-Mail Address
- Click here to contact the Contracting Officer via (robbie.phifer@smdc.army.mil)
- Description
- The U.S. Army Space and Missile Defense Command, Ballistic Missile Targets Joint Project Office is seeking companies that have the capability to provide an Enhanced Target Delivery System (ETDS) with the objectives to study, design and develop, test, and fabricate a strategic heavy lift modular target launch vehicle system able to meet evolving threat-based NMD test target requirements. The goal is to develop a reliable, highly flexible, threat representative ETDS ready for demonstration in 3QFY03. It is anticipated that this will be a two-phased program. Phase I will be a multiple-award study contract, with an anticipated period of performance of approximately four months, to begin the "modular ballistic target vehicle" conceptual design approach of an ETDS up to, but not including, Preliminary Design Review (PDR). The tasks will include the modular design approach, documentation, and engineering of the ETDS. Phase II begins with the selection of an ETDS design (limited to firms having ongoing Phase I study contracts) that will be completed, fabricated, and tested for incorporation into the NMD targets program. Phase I deliverables will be the basic modular design approach with booster design, guidance and control, flight termination system, telemetry, and interfaces with various payloads, a Phase II plan, and a proposal for continuing design, development, integration and flight testing. During Phase II, overall integration , test, and flight services for a demonstration launch will be the responsibility of the ETDS contractor. If required, the selected ETDS contractor will provide assistance to the payload contractor for payload integration requirements to support the demonstration launch. Another contractor or government agency may provide the payload section. The ETDS must meet all environmental and treaty requirements. The completely integrated enhanced NMD target system must be capable of launch from CONUS test facilities such as, but not limited to: Vandenberg Air Force Base, CA; and Kodiak, AK. 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 are the Pacific Missile Range Facility, Kauai Test Facility, Wake Island, and other Pacific broad ocean areas. It is anticipated that foreign participation will not be allowed at the prime or subcontractor level. Interested parties are requested to submit to the Contracting Officer a capability statement that includes: 1) name of firm, type of firm (large business, small business, small disadvantaged business, woman-owned small business, HUBZone, non-profit organizations, higher education institutions, historically Black colleges/universities and minority institutions, etc.) mailing address, e-mail address, telephone number, fax number, POC; 2) a brief statement of experience/qualifications including a description of projects completed similar to the work outlined above; and 3) The North American Industrial Classification Systems (NAICS) is 541710 with a small business size standard of 1,000 employees. Responses shall indicate the size of the firm under the NAICS code assigned for this effort. Responses should be limited to five pages or less. E-mail response is acceptable and should be submitted to Mrs. Robbie Phifer, e-mail: robbie.phifer@smdc.army.mil, within 15 days after publication of this notice. The address for any written inquiries/responses is U.S. Army Space and Missile Defense Command, ATTN: SMDC-CM-CT/Robbie Phifer, PO Box 1500, Huntsville, AL 35807-3801. This Sources Sought is for information and planning only and is not to be construed as commitment by the Government, nor will the Government pay for information submitted. See Note 25.
- Record
- Loren Data Corp. 20010425/ASOL014.HTM (W-113 SN50K034)
| A - Research and Development Index
|
Issue Index |
Created on April 23, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|