Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 07, 2005 FBO #1228
SOURCES SOUGHT

R -- Threat Engineering Support Services

Notice Date
4/5/2005
 
Notice Type
Sources Sought
 
Contracting Office
N00244 FISCSD Det Seal Beach, 800 Seal Beach Blvd., Seal Beach, CA
 
ZIP Code
00000
 
Solicitation Number
N0024405RFI03
 
Response Due
5/2/2005
 
Description
The Fleet and Industrial Supply Center, San Diego, Detachment Seal Beach, is issuing this Request for Information (RFI) for the purpose of identifying potential sources to support of the Naval Surface Warfare Center, Corona Division to provide engineering services in support of the threat engineering tasking from the Aegis Ballistic Missile Defense (BMD) Program and Missile Defense Agency Project Hercules. This notice is for planning purposes only. There is no solicitation at this time. The contractor shall provide the resources to lead threat engineering efforts which encompass a wide variety of tasks including, threat analysis, system analysis, system design and development, system test and evaluation, data collection and analysis, radio frequency (RF) signature prediction, infrared (IR) signature prediction, wideband RF signature generation, missile trajectory generation, threat system modeling, and engineering analysis of the performance impact of threat characteristics/performance. The contractor is required to demonstrate significant engineering experience and understanding of (1) the Aegis BMD System; (2) current ballistic missile design/technology; (3) analysis of the effect or potential effect of specific threat characteristics (performance, materials, physical attributes, configuration, size/shape, etc.) on RF signatures, IR signatures, wideband signatures, and 6-DOF launch-to-impact trajectories; (4) ballistic missile propulsion and guidance sys! tems/technologies and their impact/effect relative to the Aegis BMDS and other ballistic missile defensive systems; (5) material properties and their impact/effect on RF and IR signatures; and (6) generation of physics-based models of missiles and missile subsystems. The contractor must also demonstrate significant experience in the application of component-based modeling (CBM) prediction of wideband (S-band) RCS signatures to the development of compact, three dimensional (3-D) scattering center models suitable for use in dynamic simulations and radar signal stimulation systems that require correlated narrow band, wide band, pulse-Doppler and frequency jump burst target scattering models. The contractor must have extensive, current understanding and experience with the Aegis BMDS design and the existing modeling and simulation (M&S) programs and data formats/outputs in order to generate threat data that is properly formatted and of sufficient fidelity to meet the M&S and performance assessment requirements of the Aegis BMD program. The contractor must provide specialized security support in the control of classified information. Contractor security specialists shall ensure that Government and contractor personnel and sites have appropriate clearances and approved facilities for access to classified information. The contractor shall be required to operate in classification environments that require security clearances up to the Top Secret level, require a COMSEC account and have secure voice capability. Key members of the engineering team must have current Top Secret clearance. These are dynamic programs which will require the contractor to participate in frequent face-to-face engineering meetings in the Northern Virginia area on a daily, weekly, and monthly basis in order to coordinate requirements, discuss program changes and status, and lead or support several technical groups/teams which meet regularly to address threat engineering and system performance issues related to these programs. Responses to this RFI shall include a brief description of the company, a statement of capabilities relevant to the requirement, and examples of previous experience that demonstrates capability to execute the requirement. Include a point contact with name, title, phone, fax and e-mail address. In addition to the capabilities information, responding parties must also indicate their business size and ownership status, i.e., large, small, SDB, 8(a), SDVOSB, WOSB, VOSB, HBVCU/MI or HUB Zone. The NAICS code is 541330 and the small business size standard is $23M. Include the applicable CAGE and DUNS numbers. All responses should be submitted no later than 02 May 05. Submit capabilities packages by mail to FISC San Diego, Det. Seal Beach, Attn: C. Tran, 800 Seal Beach Blvd., Bldg. 239, Seal Beach, CA 90740-5000, or submit electronically to cuc.tran@navy.mil. This RFI is for planning only and does not constitute a solicitation and is not to be construed as a commitment by the Government.
 
Web Link
Click here to get more information FISC San Diego
(http://www.sd.fisc.navy.mil)
 
Record
SN00782360-W 20050407/050405213002 (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.