SOLICITATION NOTICE
R -- Missile Defense Data Center (MDDC) Draft Request for Proposals (DRFP)
- Notice Date
- 11/2/2004
- Notice Type
- Solicitation Notice
- NAICS
- 541710
— Research and Development in the Physical, Engineering, and Life Sciences
- Contracting Office
- US Army Space and Missile Defense Command, Deputy Commander, ATTN SMDC-CM-AP, P.O. Box 1500, Huntsville, AL 35807-3801
- ZIP Code
- 35807-3801
- Solicitation Number
- W9113M-05-R-0002
- Response Due
- 12/13/2004
- Archive Date
- 2/11/2005
- Small Business Set-Aside
- Total Small Business
- Description
- The U.S. Army Space and Missile Defense Command (USASMDC) executes the mission and functions of the Missile Defense Data Center (MDDC) under an agreement with the Missile Defense Agency (MDA). The contractor will be expected to provide MDDC mission support to the Missile Defense Agency (MDA) in developing and fielding an integrated Ballistic Missile Defense System (BMDS) by managing past, present and future MDA-related data products from Ballistic Missile Defense (BMD) technology research, developmen t, testing, and evaluation, M&S and service specific Command, Control, Communications and Intelligence data facilitating access to MDA-related data products across the MDA enterprise; and producing MDA-related data products to support MDA technology, devel opment, testing and evaluation. The MDDC program will evolve around executing the following four key functional areas: 1) Core Functions 2) Disaster Recovery 3) Legacy Data 4) Non-Core Functions. In general, the contractor selected for award will be expected to provide support as set forth in the Scope of Work (SOW). These areas are not meant to be definitive, but rather represent in summary form, the general areas to be supported. Therefore, the SOW is deemed to be a basic expression of the over all contract requirement. Specific performance requirements will be set forth in the Task Orders (T/Os) issued under the contract. The T/Os may be issued in support of any area of the current MDA Data Centers Program Management Plan (MDA DCP MP), as ame nded. The MDDC contract will be managed by SMDC via a contract-level Technical Monitor (TM) and Task Order Monitor (T/OM) assigned to each specific Task Order. In general, the contractor will be expected to: 1) collaborate with the government and work to gether to provide the vision, direction, plans and execution to increase the overall efficiency and effectiveness of the MDDC Program and its processes; 2) collaborate and interface with the other MDA Data Centers and contractor(s) of similar organizations to share information and best practices; 3) monitor other data centers development, processes and results as well as those of current industry leaders to identify and recommend best practices that may be adopted or adapted to improve the overall efficien cy and effectiveness of the MDDC. Stake holder and customer satisfaction, cost control, and technical performance shall be considered during the process; 4) procure hardware and software as required per T/O requirements; 5) maintain government-furnished p roperty/government furnished equipment (GFP/GFE); maintain and operate the MDDC during government business hours and, upon special request, 24/7, on weekends, and government holidays; 6) maintain the GFP/GFE to provide data access and analysis capability t o government-designated users during government business hours; 7) track and identify the GFP/GFE as required to pass inspections; 8) support the MDDC by publicizing the MDDC to the MDA Community, its potential users and programs by way of sending MDDC rep resentatives to exhibits, symposiums, conferences and participating contractor sites (with proper approvals). It has been determined that the resultant contract will not contain an organizational conflict of interest (OCI) clause. All effort under the res ultant contract will be performed at the MDDC Facility (currently located at 106 Wynn Drive, Huntsville, AL). All contractor personnel working at the government location must have at least a secret security clearance and at least 25% of the contractor per sonnel working at the government location must possess a top secret security clearnance. Small Businesses should note the FAR 19 North American Industry Classification System (NAICS) Code and size standard is 541710/1000 employees. This acquisition is no t open to participation by foreign firms at either the prime or subcontract level. The MDDC will be located in a government facility in Huntsville, Al for the duration of the contract. The resultant contract will be an Indefinite Delivery/Indefinite Quantity (IDIQ) contract and set aside for small business. It will consist of a one-year basic and four (4) one-year options. The Government does not intend to li mit either the number or types of teaming arrangements entered into by the potential offerors (i.e., any given contractor could propose as a prime contractor as well as participate as a subcontractor on one or more other proposing teams). Further, we do no t intend to impose any restrictions on team membership after award. The Pre-Solicitation Industry Conference and site visit on the U.S. Army Space and Missile Defense Command (USASMDC) Missile Defense Data Center Contract is scheduled for Monday, 15 Nov 04 . If any interested party has yet to submit their information, please do so by COB 8 November 2004. Pre-registration is mandatory to attend. Provide Ms. Pam Willis (pamela.willis@smdc.army.mil) the following information: Company Name, Attendee(s) Name, Company Title, Security Classification, Point of Contact to include name, phone number and email. Include any questions/issues you would like to have addressed at the conference. Stipulate if individual will attend Industry Conference, Site Visit, or Bo th. Pre-Solicitation Industry Conference will be from 9:00-12:00 (registration begins at 0830) in the John J. Sparkman Center, Bldg 5304 located on Redstone Arsenal in Huntsville, AL. Directions to the Sparkman Center as well as a Sparkman Center Complex map are posted on the MDDC webpage. Requirements for gaining access to Redstone Arsenal are a valid drivers license, certificate of registration (for states that require operators to maintain one in their privately owned vehicle) and proof of insurance. Visitors with rental cars must show their rental contract to receive a visitor pass. As we anticipate an extensive number of attendees, and open-space parking is limited, we recommend that you carpool to the maximum extent possible. This conference will address technical requirements, contractual and business-related issues, as well as updates to the general acquisition strategy, and the current acquisition schedule. The site visit walk-through at 106 Wynn Drive, Huntsville, AL will be offered in conjunc tion with the Industry Conference. Because of space and security restraints, it is requested each company only send key personnel to the site visit. The Draft RFP W9113M-05-R-0002 is scheduled to be issued on or about 24 November 2004. The final RFP is scheduled to be issued on or about 22 February 2005 with a closing date approximately forty-five (45) days after RFP issuance. Additional acquisition information, as well as the DRFP and RFP, when released, is/will be available at the MDDC Website, http:/ /www.smdc.army.mil/contracts/mddc.html. NO PAPER COPIES OF THE DRFP OR THE RFP WILL BE PROVIDED NOR IS A MAILING LIST BEING MAINTAINED FOR THIS ACQUISITION AS BOTH THE DRFP/RFP WILL BE POSTED ON THE ABOVE WEBSITE ADDRESS.
- Place of Performance
- Address: US Army Space and Missile Defense Command, Deputy Commander ATTN SMDC-CM-AP, P.O. Box 1500 Huntsville AL
- Zip Code: 35807-3801
- Country: US
- Zip Code: 35807-3801
- Record
- SN00702705-W 20041104/041102212007 (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 |