Air Launch Test Capability (ALTC) and Under Water Test Capability (ULTC)
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Sources Sought (Original)
- Original Published Date: Sep 24, 2024 09:32 am PDT
- Original Response Date: Oct 09, 2024 04:00 pm PDT
- Inactive Policy: Manual
- Original Inactive Date: Oct 09, 2025
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: AC11 - NATIONAL DEFENSE R&D SERVICES; DEPARTMENT OF DEFENSE - MILITARY; BASIC RESEARCH
- NAICS Code:
- 541715 - Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
- Place of Performance:
Description
This sources sought is for potential sources to provide upgrade, redesign, and operation of the current Launch Test Complex (LTC) at China Lake, CA, to include site re-activation, test and evaluation, support to enable fielding or deployment, as well as upgrade, design and fabricate a Test Payload Tube (TPT), Launch Test Stand (LTS), Launch Test Vehicle(s) (LTV), Advanced Payload Module (APM), Compressed Air Ejector (CAE), Cross Flow (CF) Simulator and Control and Data Acquisition Next Generation (CDAS-NG). The upgraded LTC, now referred to as the Air Launch Test (ALT) complex, will provide the air launch testing/capability to support the CPS program. This requirement is to also provide conceptual design and operation of an Under Water Test (UWT) at the Underwater Launch Test (ULT) complex , which will include estimated costs, technology maturity and estimates on build schedules. This data will be the updated basis for Government trade studies, or parametric cost estimates for the ULT complex. The ALT and ULT complex will not only aide in the conceptual design of a new weapons system, through qualification of hardware, various components and systems, but will also provide risk mitigation for the testing of the new weapons system on a ship, submarine, aircraft, and land to achieve the hypersonic capability as directed by the Office of the Secretary of Defense (OSD).
Interested firms must be registered in the System for Award Management (SAM) database at https://sam.gov/ to start doing business with the federal government.
Written responses to this notice shall be submitted by e-mail to the point(s) of contact listed above no later than 15 days from this notice date.
This notice of intent is not a request for competitive proposals, it is a notice of intent to sole-source procure the requirement described above in accordance with FAR 6.302-1. However, any firm believing it can fulfill the requirement identified above may submit a written response to be received at the Contracting Office no later than 15 days after the date of publication of this notice, which shall be considered by the agency. The written response shall reference solicitation number N6893624R0025 and provide a capability statement that clearly indicates the firm’s experience, assets, background, and ability to perform the required work without compromising the quality, accuracy, reliability, and schedule.
Attachments/Links
Contact Information
Contracting Office Address
- WEAPONS CT 25400E D 429 E BOWEN RD STOP 4015
- CHINA LAKE , CA 93555-6018
- USA
Primary Point of Contact
- Robert Roulusonis
- robert.a.roulusonis.civ@us.navy.mil
- Phone Number 7607934283
Secondary Point of Contact
- Scott Hansen
- scott.c.hansen.civ@us.navy.mil
- Phone Number 7607934451
History
- Jan 02, 2025 01:11 pm PSTPresolicitation (Original)
- Sep 24, 2024 09:32 am PDTSources Sought (Original)