Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 04, 2003 FBO #0552
MODIFICATION

A -- Kinetic Energy Interceptors Space Based Test Bed Request for Information

Notice Date
6/2/2003
 
Notice Type
Modification
 
Contracting Office
Other Defense Agencies, Missile Defense Agency, MDA Deputy for Contracting (MDA/CT), 7100 Defense Pentagon, Washington, DC, 20301-7100
 
ZIP Code
20301-7100
 
Solicitation Number
HQ0006-03-0-0000
 
Response Due
6/20/2003
 
Archive Date
7/5/2003
 
Point of Contact
Frederick Renz, Contract Specialist, Phone (703) 695-9079, Fax (703) 697-7907,
 
E-Mail Address
Frederick.Renz@mda.osd.mil
 
Description
MODIFICATION No. 2. This modification replaces previous announcement HQ0006-03-0-0000 posted on 5 May 2003, and Modification No. 1 posted on 29 May 2003. In January 2002, the Secretary of Defense directed the Missile Defense Agency (MDA) provide the US, its allies, deployed forces, and friends with a layered ballistic missile defense system. This ballistic missile defense system defeats missiles of all ranges and in all phases of flight. The Director, MDA, took the Secretary?s direction and tasked the Kinetic Energy Interceptors Program Office to develop a program yielding a kinetic boost/ascent phase capability against Intercontinental Ballistic Missiles and Intermediate Range Ballistic Missiles as soon as practical. The Director further requested a competitive program rapidly delivering capabilities to the BMDS test bed. The existing program strategy consists of two major efforts. We plan to use a capability-based acquisition with the goal of determining what capability can be delivered, when. Contracts were recently awarded to two teams for the definition of a mobile, terrestrially based, boost/ascent test bed element. The contractors? efforts focus on delivering as early as Block 08 (January 2008-December 2009). The second element invests in the development of a space-based interceptor test bed. The Kinetic Energy Interceptors Program Office seeks information regarding industry?s ability to design, develop, and implement a space based test bed for ballistic missile defense interceptors. Industry responses to this RFI will be used to develop the Government?s acquisition approach. We envision a strategy resulting in a best value acquisition with full and open competition. Information desired at this time: 1. Executive Summary: 1.1 What type of program planning and strategy would you propose? 1.2 What is your proposed technical approach? 1.3 What is your proposed business approach? 2. Describe a recommended approach to design, develop and implement a space based test bed focused initially on ground-based risk reduction (targeted at concept functionality and miniaturization): 2.1 What is the general design concept? 2.2 What is the basic functionality required in a space based test bed? What is the key functionality required to enable an operational capability? 2.3 How would you allocate those functions within and between the different element segments (space and ground)? 2.4 What is ground operations concept? 2.5 What critical space-based interceptor functionality can be demonstrated in ground-based testing? What will remain for space demonstration? 2.6 How would your ground-based, risk reduction program benefit both space and terrestrial based missile defense? 2.7 What is the enabling technology for a space based test bed? What are the key space and ground segment technologies you would initially focus on? 2.8 What level of element/component miniaturization and any associated performance increase can be achieved as a function over time? 2.9 What is the necessary ground-based, risk reduction program required to bring these key technologies to an appropriate technology and engineering manufacturing readiness level? 2.10 What is the spiral development path of a space based test bed? What advances are required for each spiral? 3. Describe a high confidence risk reduction, development and test schedule of production representative (stable configuration, built in a manufacturing facility by manufacturing personnel) space based interceptors for test: 3.1 What are the key development milestones and tests necessary to build and test a production element? When do these events occur? 3.2 What is the necessary flight test progression to produce three intercepts with production representative interceptors? 3.3 What test and evaluation assets and infrastructure are needed to support the development and operation of a space test bed? 3.4 What are the key production processes that you plan to employ? 3.5 What processes should be used to ensure mission success? 4. Identify Production Off-ramp Opportunities: 4.1 What is your operational concept? 4.2 How can you trace your test bed concept to an operational concept? 4.3 What is the schedule for producing and deploying an operational concept? 4.4 What is your launch segment concept? 4.5 What is the boost/ascent performance of your operational concept against ballistic missiles of various types and ranges? 4.6 What is the inherent midcourse capability of an operational concept? 4.7 What Ballistic Missile Defense System sensor (s) and/or Command and Control, Battle Management and Communication capabilities are required to enable your approach? 5. Contact information: 5.1 Company name, address and primary engineering and program management points-of-contact with name, phone number and email address. 5.2 Provide a brief description of current and/or previous spacecraft and ballistic missile defense interceptor development experience. If you have questions related to this RFI, please contact Mr. Fred Renz, frederick.renz@bmdo.osd.mil. The Program Office will respond individually to each request. Your response to the RFI should be received at MDA no later than 4:00 PM EDT, 20 June 2003. The Program Office will conduct an Industry Day regarding a potential procurement in August 2003. The Government may elect to conduct one-on-one meetings as necessary with respondents to obtain further clarification on the proposed approach. Instructions for responses: You may submit your response, not to exceed 25 pages or 50-scripted power point charts, either electronically (soft copy) or physically (hard copy). Proprietary information may be submitted; however, industry is advised that restrictions that inhibit the Government?s ability to disclose the information within the Missile Defense Agency may preclude us from considering that information in developing the acquisition approach. Information submitted by industry will be reviewed by MDA, support contractor personnel. Personnel from the following firms will be involved in the review: Millennium Engineering and Integration Modern Technology Solutions, Incorporated Andrulius Corporation. In addition, Representatives from the Missile Defense National Team Agreements (Boeing, General Dynamics, Lockheed-Martin, Northrop-Grumman and Raytheon) may be involved in reviewing this RFI. Unless clearly marked otherwise, submission of a response to this RFI signifies agreement to allow personnel from the above-listed firms and from MDA to use the information to develop the acquisition approach. Technical Point of Contact: Mr. Richard S. Matlock Richard.Matlock@bmdo.osd.mil 703 695-6637 MDA/KI Failure to respond to this RFI does not preclude participation in any future competition, nor will information provided in response to this RFI be used to exclude anyone from responding to any future Request for Proposals. THIS REQUEST FOR INFORMATION IS NOT A REQUEST FOR PROPOSAL AND DOES NOT REPRESENT A COMMITMENT ON THE PART OF THE GOVERNMENT TO ULTIMATELY ISSUE A REQUEST FOR PROPOSAL OR AWARD A CONTRACT. THE GOVERNMENT WILL NOT PAY FOR ANY INFORMATION PROVIDED IN RESPONSE TO THIS RFI.
 
Place of Performance
Address: Arlington, VA
Zip Code: 20301
Country: USA
 
Record
SN00337975-W 20030604/030602213545 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.