Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 13, 2004 FBO #0899
SOLICITATION NOTICE

A -- PEO Air, Space and Missile Defemse (PEO ASMD) System of Systems Engineering and Integration

Notice Date
5/11/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Space and Missile Defense Command, Deputy Commander, ATTN SMDC-CM-AP, P.O. Box 1500, Huntsville, AL 35807-3801
 
ZIP Code
35807-3801
 
Solicitation Number
W9113M040003
 
Response Due
5/26/2004
 
Archive Date
7/25/2004
 
Point of Contact
Belinda Williams, (256) 955-3440
 
E-Mail Address
Email your questions to US Army Space and Missile Defense Command, Deputy Commander
(belinda.williams@smdc.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Space and Missile Defense Command plans to contract with a Joint Venture team formed by Lockheed Martin and Raytheon Company for Systems Engineering and Integration (SE&I) services associated with systems under the management of the Pro gram Executive Officer for Air Space and Missile Defense (PEO ASMD). These systems include PATRIOT/MEADS, JLENS, JTAGS, Sentinel, SLAMRAAM and THAAD. Taken together, these systems are referred to as the ASMD System of Systems (SoS). Enhanced joint and service capabilities desired for the SoS will be accomplished through a rigorous process of SE&I and configuration management. The objective of this activity is to improve the ability of the affected systems, operating together as an SoS and independently as individual components, to share and utilize data among themselves and from external sources in the execution of their mission requirements. The required engineering activities include: trade studies and analysis leading to a balanced set of performanc e and interface requirements to be implemented by individual systems/components; design requirements for the development of a Common Battle Management, Command, Control, Communications, Computers and Intelligence component capable of being configured to co ntrol and optimize the engagement of the full spectrum of ASMD threats utilizing the SoS; evaluation and recommendation of modifications to existing SoS component/sub-component designs and performance requirements; evaluation and proposed realignment and s ynchronization of SoS component development and delivery schedules. The contractor will be required to develop a simulation and hardware-in-the-loop (SIM/HWIL) in order to perform trades and analysis as well as validation of derived SoS performance requi rements; establish SoS characterization test plans and provide technical support for Government conducted SoS tests; and provide data and analysis to support milestone decision review processes for the SoS and its individual components. A key subset of the overall ASMD SoS SE&I requirement involves SE&I support to the Combined Aggregate Program (CAP). The CAP is an accelerated merger of evolving MEADS capabilities into the existing Patriot system. The products of this SoS SE&I effort are urgently needed in order to provide more effective, efficient and coordinated capabilities to the warfighter. The government has determined that it is necessary to contract with a Lockheed Martin and Raytheon JV team for this effort due to their unique knowledge and experien ce with the component systems which comprise the ASMD SoS. Lockheed Martin and Raytheon are the prime contractors or major subcontractors on most of the SoS component systems in question. Their combined expertise and experience is required for this SoS SE& I effort. The government has invested billions of dollars and many years in component system prime and subcontracts with Lockheed Martin and Raytheon. A substantial portion of this investment would have to duplicated before any source other than Lockheed M artin and Raytheon could acquire the necessary capabilities to perform this requirement. Such duplication of cost would not be recovered through competitive acquisition of this SE&I requirement, nor could the government tolerate the delay associated with a llowing another source the necessary time to ramp-up to the required capabilities already possessed by Lockheed Martin and Raytheon. See note 22.
 
Place of Performance
Address: US Army Space and Missile Defense Command, Deputy Commander ATTN SMDC-CM-AP, P.O. Box 1500 Huntsville AL
Zip Code: 35807-3801
Country: US
 
Record
SN00583986-W 20040513/040511212348 (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  © 1994-2020, Loren Data Corp.