Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 27, 2004 FBO #0913
SPECIAL NOTICE

14 -- Affordable Submarine Launched Intermediate Range Ballistic Missile Propulsion Options

Notice Date
5/25/2004
 
Notice Type
Special Notice
 
NAICS
336414 — Guided Missile and Space Vehicle Manufacturing
 
Contracting Office
Department of the Navy, Strategic Systems Programs, SSP, ATTN CODE SPN-01 Nebraska Avenue Complex, 287 Somers Court, NW, Suite 10041, Washington, DC, 20393-5446
 
ZIP Code
20393-5446
 
Solicitation Number
Reference-Number-05252004-0450
 
Response Due
7/5/2004
 
Archive Date
8/9/2004
 
Point of Contact
DANIEL VOLA, CONTRACT SPECIALIST, Phone 202-764-2140, Fax 202-764-2162,
 
E-Mail Address
SPN24@SSP.SPHQ.NAVY.MIL
 
Description
This is a Request for Information (RFI) soliciting detailed cost and technical information for the development and production of a propulsion system for a Submarine-Launched Intermediate Range Ballistic Missile (SL-IRBM). Respondents are requested to provide a specific technical approach and cost estimates for the development and production of a SL-IRBM including expected technology challenges and proposed solutions to those challenges. The responses should prioritize cost as the most significant factor while meeting the minimum technical requirements. While respondents are requested to submit a specific approach, options or variations of an approach are also encouraged in order to present the Government with the full spectrum of technically feasible options available for this new propulsion system. Responses from the solid rocket motor manufacturers are strongly encouraged. All responses to the subject RFI must meet the following minimum requirements and accommodate the following aspects: A maximum missile diameter of 32.5 inches A maximum missile length, including all boost stages and payload section, of 34 feet Re-entry body specifications, including warhead, aeroshell, and terminal guidance equipment meeting the following parameters: o 108? length (includes ~ 65 inch warhead) o 1,250 lbs weight (includes ~ 900 lb warhead) o 30? re-entry body base diameter The entire Reentry body (including interstage, warhead, & shroud) will be Government Furnished Equipment. The proposed propulsion system may be a single or two stage rocket motor system All guidance and navigation electronics for missile control are planned to be contained within the re-entry body. The Ejection method to launch the subject SL-IRBM from a submarine may be the subject of future RFIs of this new technology. Additionally, follow-on RFIs may be issued to consider nuclear payload options for any proposed missile system. Respondents? must include the following information in their submittals: Rough Order of Magnitude cost for development and production by major subsystem Anticipated range resulting from optimization on system cost Technology Readiness Level (TRL) of the candidate systems major components (e.g., rocket motor, nozzle, case, etc.) Any proprietary data that is included in a reply should be marked appropriately. Special emphasis will be placed on low cost solutions (to include both development and production), at the expense of range if necessary. A technical description and sketch of the respondents? system or component concepts are requested to facilitate understanding by the Government. NOTE: THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS RFI OR TO OTHERWISE PAY FOR THE INFORMATION SOLICITED. ANY CONTRACT THAT MAY BE AWARDED BASED ON INFORMATION RECEIVED OR DERIVED FROM THIS TECHNICAL EXCHANGE WILL BE THE OUTCOME OF A COMPETITIVE CONTRACT AWARD PROCESS. Responses to this notice shall be mailed to the Strategic Systems Programs, Contracting Division, ATTN: SPN-24. Please provide electronic responses with this subject: RFI for Affordable Submarine Launched Intermediate Range Ballistic Missile Options. Following receipt of responses, the Government may request additional clarifying information from some of the responders and/or face-to-face presentations/discussions may be requested/supported by the Government. Responses must be received no later than July 05, 2004.
 
Place of Performance
Address: Nebraska Avenue Complex, 287 Somers Court NW, Suite 10041, Washington. DC
Zip Code: 20393-5446
Country: USA
 
Record
SN00592347-W 20040527/040525212622 (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.