Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 19, 2007 FBO #2000
SOLICITATION NOTICE

K -- Talon TOPPER III - Integrated High-Altitude System with Payload Return Capability

Notice Date
5/17/2007
 
Notice Type
Solicitation Notice
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of the Air Force, Air Force Space Command, 50 CONTRACTING SQUADRON, 210 Falcon Parkway STE 2116, Schriever AFB, CO, 80912-2116, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-F3RT116352A100
 
Response Due
6/2/2007
 
Archive Date
6/17/2007
 
Description
The Space Innovation development Center (SIDC) TENCAP intends to pursue a sole-source follow-on effort with Near Space Corporation (NSC) for Talon TOPPER System Refinement. NSC, 6000 Hangar Road, P.O. Box 909, Tillamook, OR 97141, previously performed this effort under the Talon TOPPER II program under Contract FA2550-05-C-8889. This contract ended on 30 Mar 06, and was performed through a Broad Agency Announcement (BAA). Some of the tasks in the previous contract were not completed. The TOPPER system consists of Tactical Balloon Systems, Return Vehicle, Payload Integration, Ground Support Equipment, and Talon SHU Module. The system is also supported by a mission planning and flight monitoring system called Talon SHU, the High Altitude Mission Support System (HAMSS). The balloon provides a low cost expendable system to loft the payload and maintain it in the high altitude environment (65K-100k feet) during mission operation. The payload is integrated with the Payload Return Vehicle (PRV) to provide for the safe return of the payload. After landing, the vehicle can be serviced, prepared for another sortie with a new expendable balloon, and relaunched as required. Alternatively, when persistence is required, constellation replenishment can be accomplished by launching new platforms while others are returning. Talon TOPPER Phase III will provide further refinement to prepare the system for future operations. Phase III will also provide equipment, training and training materials for the TOPPER system Phase I of Talon TOPPER performed a high altitude system trade study to exploit lift and guided recovery vehicle technologies. Phase I evaluated high altitude system options and compared performance, costs, and operational constraints. It also determined the performance specifications for Phase II and initial deployment. Phase II of Talon TOPPER included demonstration of Tactical Balloon Systems, Return Vehicle, Payload Integration, Ground Support Equipment, and Talon SHU Module Integration. In Phase III of Talon TOPPER the contractor will perform limited system refinements and improvements to the Graphical User Interface (GUI) for the TOPPER ground control station as well as integrate and extensively test/ document improvements to SHU to ready the system for future operations. The contractor will also provide a payload pod Interface Control Document (ICD). The contractor will develop training material for the TOPPER/SHU system and perform training of government designated personnel. As the culmination of this contract the contractor will plan, perform, and document an operational utility demonstration of the entire TOPPER system. The contractor shall be responsible for TOPPER system production to support testing, training, an operational demonstration, and end-deliverables under this contract to include PRVs, balloons, and ground control and support equipment. The contractor may perform system characterization (priced option) and perform a study on incorporating a transponder into the PRV (priced option). The contractor may also develop service/repair procedures (priced option). NSC has access to proprietary manufacturing/engineering information not available in existing government specifications, drawings, and manuals. To maintain continuity for future TENCAP requirements a follow-on contract with an eight-month period of performance is contemplated. The estimated budget for this effort is $900,000. This synopsis is a notice of intent to award a sole-source contract to NSC and shall not be construed as a request for offers. However, interested parties are invited to submit a statement of technical capabilities not to exceed ten (10) pages that includes the following information: 1) Company name, mailing address, points of contacts, and telephone numbers; 2) Business size classification, Large, Small, or Other; 3) Experience in operating and developing free-floating high-altitude systems with payload return capability. The Statement of Capabilities must be submitted by COB 02 Jun 07. The Government will not pay any costs associated with preparation of the Statement of Capabilities. All written correspondence shall be submitted to SIDC/TCZ, Attn: Anne Jackson (Contracting Officer), 730 Irwin Ave., Suite 83, Schriever AFB, CO 80912. Direct technical questions to Capt Jason McGrogan, (719) 721-7658. Anne Jackson can be contacted for contractual matters at (719) 721-9044.
 
Place of Performance
Address: 6000 Hangar Road, P.O. Box 909, Tillamook, OR
Zip Code: 97141
Country: UNITED STATES
 
Record
SN01296848-W 20070519/070517221037 (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.