Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 08, 2006 FBO #1594
MODIFICATION

A -- Readiness Assessment Missile System

Notice Date
4/6/2006
 
Notice Type
Modification
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
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
Reference-Number-DET-06-0001
 
Response Due
4/13/2006
 
Archive Date
4/28/2006
 
Point of Contact
MaryKathryn Robinson, Contract Specialist, Phone (703) 882-6588, Fax (703) 882-6356, - Karla Jackson, Contracting Officer, Phone 703-882-6139, Fax null,
 
E-Mail Address
MaryKathryn.Robinson@mda.mil, karla.jackson@mda.mil
 
Description
The Missile Defense Agency (MDA) is seeking potential sources in support of the Targets and Countermeasures Directorate (MDA/DET). MDA/DET is conducting market research to identify Historically Black Colleges and Universities (HBCUs), Minority Institutions (MIs), and Small Businesses (SB) that have prior experience or the ability to rapidly mature and demonstrate their capability to develop, fabricate, maintain, integrate and test missile systems and instrumentation packages, and provide launch services for low fidelity ballistic missile targets to demonstrate the Ballistic Missile Defense System (BMDS) asset readiness for major tests, the cost of which typically ranges from $250,000 to $2 Million, dependent upon complexity. Systems will support multiple customers at different ranges with varying missile configurations. The missile/test requirement includes: 1) Maximum use of excess government furnished property (GFP) rocket motors along with existing hardware such as aft skirts and fin sets and use existing mature technology to fabricate and successfully launch the test missiles. If, after analysis of requirements and considering available GFP motors and other assets, it is determined that these assets can not meet requirements, the contractor would make a recommendation for commercial motor(s) as alternative solutions. 2) Requested missiles will normally be flown unguided and without a flight termination system (FTS) from rail launchers at a number of different launch sites. 3) A number of separation planes on the mission/test article based on the number of rocket motors. 4) Separation systems to reduce tip off rates. 5) Possible requirements for the encryption of data. 6) Articles in the field of regard to include the nose cone, attitude control/payload section, items ejected as payload, and spent rocket motor(s). 7) Attitude control/payload section with or without a spent rocket motor attached could be required to hold attitude, tumble, roll, ordnance initiation devices, etc. at prescribed mission times or altitudes. 8) Selected sections such as the nose cone and attitude control/payload section would usually require an instrumentation and telemetry system able to provide position, velocity, roll rate, and attitude data for collection 9) Additional instrumentation in the form of pressure transducers, thermal couples, etc. may be required based on specific mission needs. All efforts would be closely coordinated with the government and their selected support contractors to accomplish mission objectives. This Request for Information (RFI) seeks to identify those HBCUs, MIs, and SBs that have the ability to meet the above requirements. This RFI does not in any way constitute a Request for Proposal (RFP), and as such, shall not be construed as a commitment by the Government. The Government does not intend to award a contract on the basis of this notice, or otherwise pay for proposal preparation costs supporting submission of a response to this RFI. Sources possessing the capabilities to satisfy these requirements are invited to submit a White Paper (no more than 5 pages), including the name of the organization, point of contact, disclosure of HBCU/MI/Small Business status, and information in relation to the following review criteria: (1), The prime contractor must be a United States corporation, educational, or business entity, (2) Technical approach or concept to manufacturing low cost fidelity targets, and (3) Relevant experience with low cost fidelity targets. **It is anticipated that government facilities may be furnished for the purpose of integration, assembly, test, storage and limited office space; however, in the event that government facilities are not available, your white paper should also include the proposed place of performance for this requirement and if the proposed facility is owend/leased/or to be obtained after award.** Personnel must possess a Secret security clearance; Secret manufacturing facilities are preferred. Proprietary information submitted in response to this Market Research shall be marked accordingly and will be protected when clearly identified as proprietary. Responses to this notice must be received on or before March 31, 2006, electronically to the points of contact listed below or via mail to Missile Defense Agency, ATTN: MDA/CTV ? MaryKathryn Robinson, 7100 Defense Pentagon, Washington, D.C. 20301-7100. All requests for further information must be in writing and via email; telephone requests for additional information will not be honored. Requests for additional information and/or responses shall be forwarded to Ms. MaryKathryn Robinson, Contract Specialist, at marykathryn.robinson@mda.mil. Based on responses received, any future requirement may be considered for an HBCU/MI set-aside under DFARS Part 26 or Small Business set-aside under FAR Part 19.
 
Record
SN01022558-W 20060408/060406221514 (fbodaily.com)
 
Source
FedBizOpps 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.