Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 15, 2009 FBO #2638
SOURCES SOUGHT

A -- Request for information regarding cruise missile defense at extended ranges.

Notice Date
2/13/2009
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, U.S. Army Aviation and Missile Life Cycle Management Command (Missiles), US Army Aviation and Missile Command (Missile), ATTN: AMSAM-AC, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
 
ZIP Code
35898-5280
 
Solicitation Number
W31P4Q-09-R-0266
 
Response Due
3/13/2009
 
Archive Date
5/12/2009
 
Point of Contact
Valerie Tipton, 256 876-6921<br />
 
Small Business Set-Aside
N/A
 
Description
This is a Request For Information (RFI) issued pursuant to FAR 15.2. The US Army Aviation and Missile Research, Development, and Engineering Center (AMRDEC) is currently conducting a market survey to achieve cruise missile defense at extended ranges. The Government does not presently intend to award a contract, but wants to obtain price, delivery, other market information, or capabilities for planning purposes. No award is intended as a result of this synopsis nor does the Government intend to pay for information received. Responses to this notice are not an offer and cannot be accepted by the Government to form a binding contract. The Aviation and Missile Research, Development, and Engineering Center (AMRDEC) is interested in receiving information on a low-cost interceptor that will be complementary to the current Surface Launched Advanced Medium Range Air to Air Missile (SLAMRAAM) interceptor, will require no development or modification to achieve integration with existing SLAMRAAM launchers, is compatible with the current Integrated Air and Missile Defense (IAMD) architecture. System maturity should support entering an Engineering, Manufacturing, and Development (EMD) program with critical technologies at no less than Technical Readiness Level (TRL) 6 as of 01 October 2011 with no additional developmental funding from the Government to attain TRL6. Candidate missile systems must be able to counter the primary threat set of CMs and tactical UAVs out to ranges of 30 KM in all types of weather. They must also have capability against the secondary threat set of rotary wing (RW) and fixed wing (FW) aircraft. (A representative composite threat matrix is provided in Annex 7.) Annexes will be provided only to US based and owned companies. Interested responders must request the AMRDEC ANNEXES in writing or via e-mail. After validation by the AMRDEC security office of each interested responders security accreditation and eligibility to receive the AMRDEC ANNEXES a complete copy of the AMRDEC ANNEXES will be sent to each validated responder. The primary focus of this effort is to obtain a low-cost, complementary SLAMRAAM interceptor. Our interest lies in an interceptor with a production target price of $200,000 but not more than $450,000 for a 1000 missile lot size. Average Unit Production Cost (AUPC) should be considered the primary driver. Interceptor development and integration costs, schedule, and TRL maturity path should be provided to include development costs, integration cost and cost per interceptor AUPC for quantities of 500, 1000, and 2000. Manufacturing readiness levels (MRL) should also be provided. As part of the cost inputs, respondents should include complete acquisition timeline to include milestones within EMD such as Preliminary Design Review (PDR) and Critical Design Review (CDR). Include life cycle cost considerations assuming a shelf life of 10 years. Annex 4 contains information requested to support cost data needed. Annex 9 contains definitions of the Manufacturing Readiness Levels ( MRLs). Annex 10 contains definitions of the TRLs. There will be no fire control sensor development effort in connection with this interceptor. The Future Interceptor will utilize existing IAMD radars. Typical Target Cueing Radar Capabilities are located in Annex 8. Respond with seeker hand-over volume capabilities for each threat. There is no Command, Control, Communications, Computers and Intelligence (C4I) development envisioned as part of this effort. The system will be a part of the existing Integrated Air and Missile Defense (IAMD) Architecture. Candidate missile systems must be fully compatible with the current SLAMRAAM launcher without modification. If the concept is compatible with other existing launchers, such as Non-Line-of-Sight Launcher System (NLOS-LS), or High Mobility Artillery Rocket System (HIMARS), then the respondent should articulate the additional launcher capability, performance impacts, and costs associated with use on the other launcher platforms as part of the SLAMRAAM system. Respondents should present their best candidate solution to this requirement. In this process, present the candidate system that can engage the composite threat matrix, meet the cost targets, and discuss any tradeoffs in performance required to meet these cost targets. A summary of the desired requirements are listed. Performance Parameter Cost; Characteristic - $200-$450K (objective); At a production quantity of 1000; Performance Parameter - Intercept Range; Characteristic - 30+KM (objective); Performance Parameter - Load (Missiles per Launcher) ; Characteristic -4 (threshold); 6+(objective) on SLAMRAAM Launcher; Performance Parameter - Weight; Characteristic -Not to exceed (NTE) 350 lb (Threshold=Objective); Performance Parameter - Command Destruct; Performance Parameter - Lock On After Launch; Performance Parameter - Insensitive Munition (IM) Compatible; Performance Parameter - Uses Existing SLAMRAAM Launcher System; Performance Parameter Integrated Battlefield Control System (IBCS) Compatible. The objective of this process is to assess current and working prototype products and technologies within the United States Department of Defense (DoD) industrial base capable of achieving the characteristics listed above. Respondents are requested to submit interceptor modeling parameters (Annex 1), interceptor seeker parameters (Annex 2 or 3), lethality parameters (Annex 4), and cost parameters (Annex 5). The government requests invitation to these component-level hardware demonstrations as part of the response to this RFI to more fully understand vendor capabilities. Hardware demonstrations should support concept performance claims that are presented in the chart and annex submittals. Prospective contractors should recommend timeframe for demonstrations; however, the governments desire is to witness these demonstrations within 6 months of contractors initial response to this RFI. Complete information related to the Threat Data Set may be found in annex 7 which is classified at the SECRET/NOFORN level and can be obtained as noted below. The respondents should use the classification guide found in Annex 6 in determining classification of prepared responses. As a condition of responding to this RFI, it is a requirement that potential responders possess the means to properly store and work on information and hardware classified at the SECRET/NOFORN level. Only US based and owned companies are eligible to respond. Interested responders must request the AMRDEC ANNEXES in writing or via e-mail. After validation by the AMRDEC security office of each interested responders security accreditation and eligibility to receive the AMRDEC ANNEXES, a complete copy along with the appropriate security classification guide (SCG) will be mailed to each validated responder. You may forward RFI responses to US Army, AMCOM, CCAM-RD-RB, Redstone Arsenal, AL, 35898-5000. ATTN: Valerie Tipton or the following e-mail address: Valerie.tipton@us.army.mil. Request must include: company name, Commercial and Government Entity (CAGE) Code, classified mailing address, and appropriate point of contact information. All requests must be received within 12 calendar days of the date of this notice. Responses to this RFI should only include candidate systems that have successfully demonstrated in a similar application or those that are in a lab-prototype stage. For any candidate system not yet demonstrated in a similar application, identify ongoing efforts that will further mature the system prior to the 2012 timeframe. Responses may include multiple concept submittals. The response should include a briefing of no more than 100 charts describing the system. If multiple concepts are submitted, 100 charts are allowed for each concept submitted Information requested within the annexes will not be counted as part of the page count for the submittal. Additional information describing capabilities outside the primary mission set of Cruise Missiles and Unmanned Air Vehicles (i.e. Counter Rocket, Artillery, and Mortar) is limited to 15 pages that will not be counted as part of the 100 page count for the submittal. If multiple concepts are submitted, data contained within the annex should be included for each individual concept. RFI responses are to be received within 75 calendar days of the mailing date of the classified AMRDEC ANNEX. All information must be in writing or via e-mail: telephone requests for additional information will not be honored. You may forward unclassified responses to US Army, AMCOM, AMSRD-AMR-WD-SS, Redstone Arsenal, AL., 35898-5000, ATTN: Ms. Julie Locker or the following e-mail address Julie.locker@us.army.mil. Classified information will be accepted by mail only; please mark it accordingly, and send it via proper channels. Classified information can be sent to US Army, AMCOM, AMSRD-AMR-WD-SS, and Redstone Arsenal, AL, 35898-5000. The inner wrapping shall be addressed to: ATTN: AMSRD-AMR-WD-SS (Ms. Julie Locker). Respondents should provide a hard copy and electronic copy of their responses. Acknowledgement of receipt will be issued. If you choose to submit proprietary information, please mark accordingly. Appropriate proprietary claims will be honored and protected to prevent improper disclosure. REQUEST FOR INFORMATION OR SOLICITATION FOR PLANNING PURPOSES (OCT 1997) (a) The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation. (b) Although proposal and offeror are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal. (c) This solicitation is issued for the purpose of conducting a market survey for a Future Interceptor to resolve the Armys Capability Gap out to 30km range for defense against Cruise Missiles, UAVs, Fixed Wing and Rotary Wing aircraft. In the event you have difficulty reading the information in this RFI, please contact Valerie Tipton via email at valerie.tipton@us.army.mil for a copy of this notice.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=9cb58f254a1670c0fb985a25349bfb03&tab=core&_cview=1)
 
Place of Performance
Address: US Army Aviation and Missile Command (Missile) ATTN: AMSAM-AC, Building 5303, Martin Road Redstone Arsenal AL<br />
Zip Code: 35898-5280<br />
 
Record
SN01750531-W 20090215/090213220023-9cb58f254a1670c0fb985a25349bfb03 (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.