SOURCES SOUGHT
A -- Airborne Sensor Program (ABS) - FOUO
- Notice Date
- 5/20/2009
- Notice Type
- Sources Sought
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- Other Defense Agencies, Missile Defense Agency, MDA-DAC, 5600 Columbia Pike, Alexandria, Virginia, 22041
- ZIP Code
- 22041
- Solicitation Number
- HQ0147-09-R-0006
- Point of Contact
- Belinda J. Williams, Phone: 256 313-6722, Gwen Mills, Phone: 256 313-8625
- E-Mail Address
-
belinda.williams@mda.mil, Gwen.Mills.CTR@mda.mil
(belinda.williams@mda.mil, Gwen.Mills.CTR@mda.mil)
- Small Business Set-Aside
- N/A
- Description
- The Missile Defense Agency has a requirement for a follow-on contract for the Airborne Sensor (ABS) Program for the operation and sustainment of the MDA airborne sensors and platforms used to support the Ballistic Missile Defense System (BMDS) test program and its elements. The current contract, FA8632-05-D-0244, is a single award, cost plus award fee, Indefinite –Quantity, Indefinite-Delivery (IDIQ). We anticipate the follow-on to be a five-year basic contract with five one-year options commencing in February 2010. The contractor will be required to have an environmentally controlled space for three Gulfstream IIs, one DC 10-10, and support equipment. Facilities to store ABS sensors and sensor integration hardware will also be required. The contractor will be required to perform mission operations, aircraft test operations, and aircraft maintenance. Airborne sensor systems currently operated by MDA are the High Altitude Observatories (HALO I, II, & III) and the Widebody Airborne Sensor Platform (WASP) aircraft. As future requirements emerge, MDA may add additional aircraft, additional sensors, develop new sensor systems, and/or modify sensor/mission support systems onboard the current aircraft. This may include longer endurance aircraft, additional communications capabilities, and telemetry applications. Operations and sustainment of all current and future MDA test airborne sensor platforms will be required. Support requirements include the planning and execution of all aspects of sensor systems and aircraft operations. Effort will focus on the successful conduct of flight test missions. Operations activities may include, but are not limited to, program management support, aircraft support, mission support, sensor systems engineering support, and data reduction and analysis support. Additional activities may include system improvement and modernization, aircraft modifications, and technology development. Maintenance and operation of all aircraft will be in accordance with DCMA Instruction 8210, and all future aircraft modifications must comply with MIL HDBK-516B. Current government furnished equipment (GFE) platforms include two Gulfstream IIBs, one Gulfstream IISP, and one DC 10-10, though additional aircraft may be added. At the time of award, all aircraft will be certified airworthy. Details for each aircraft are as follows: The HALO-I is a Gulfstream IIB aircraft with multiple sensors viewing through optical windows, used for data collection in the visible through long wave IR (LWIR) spectral regions. Four sensor stations accommodate a mix of user-defined sensors in three gimbaled mirror pointed platforms and one fixed mirror pointed platform. HALO-II is also a Gulfstream IIB aircraft with a cupola mounted atop the fuselage that allows for open port viewing with a multiband sensor system to collect radiometric and photo documentation data in the visible through LWIR spectral regions. HALO-II also allows for window viewing by cabin sensors. HALO-III is a Gulfstream IISP aircraft that serves as the Airborne Diagnostic Target (ADT) for the Airborne Laser Program. It includes a wing mounted sensor pod, plume emulator, target board, various beacon lasers, and ADT system control and situational awareness hardware. WASP is a DC-10 aircraft modified with three pressure vessels to allow open port or closed cabin optical window sensor viewing. WASP will accommodate a Prime Sensor System (PSS) for data collection and guest captive-carry seeker/sensor systems. The WASP PSS is similar in design and capability to the HALO-II primary sensor. The intended outcome of this synopsis is to determine interest and capability in supporting the Airborne Sensor Program and to identify acquisition alternatives that may warrant further study and review. MDA is requesting contractors interested in this acquisition to submit a capability statement. Capability statements (no more than 10 pages) need to demonstrate core capabilities and expertise in each of the following areas: 1.Operation and sustainment of a wide range of electro-optical and infrared (EO/IR) sensor suites with data collection capability from ultra-violet (UV) through the LWIR spectral regions. 2.Operation and sustainment of aircraft systems to provide all aircraft-related services to include all aircraft operations, maintenance, modification, flight and ground crew support personnel, facilities and aircraft flight worthiness and flight safety certifications;. 3.Airborne test measurement operations, optical signature data collection, tactical communications, and processing of the raw data into radiometric calibrated test data or other forms as required by the user. 4. Airborne and ground based voice and data communications including line-of-site, UHF DAMA Satcom, INMARSAT, TADL-J, Link-16, JTIDS, and standard air traffic control (ATC) communications. 5.Mission planning and execution to include pre-mission planning and analyses, sensor selection and integration and calibration, post-mission data reduction, data reviews, and data analysis support. 6.Coordination with national and other test ranges both CONUS and OCONUS, including logistics related to aircraft operations and sensor systems operations, communications, test planning and organization. 7.Overall planning, management, and execution of test missions to meet all test objectives. 8.Similar activities to conduct non-test operational missions, as required. 9.Additional aircraft and/or sensor engineering support to include aircraft/sensor system and/or component development, acquisition, modifications, integration, operations and maintenance, and capability upgrades and improvement as required. 10.Ballistic Missile Defense System (BMDS) testing and other related missile system testing. 11.Flight testing at ranges of interests to MDA including national ranges, foreign ranges, and other ranges where BMDS testing could occur. Contractors are also encouraged to submit acquisition strategy alternatives. The acquisition strategy will be developed based upon the technical capabilities and solution sets offered as a result of this synopsis. Alternatives under review include: 1.Segregating the program into distinct contracts with periods of performance tentatively starting in February 2010. 2.Using a single prime contractor for all effort. 3.Awarding one contract for the Gulfstream effort and another contract for the DC-10 effort. 4.Other acquisition alternatives and suggestions offered by industry. Acquisition alternatives should be in white paper/thesis format on 8.5”x11,” single sided, minimum font of 12 pitch and not more than 10 pages in length. Fold out charts for tables or graphics will count toward the page limit. The follow-on acquisition draft statement of work and the current contract CLIN structure are provided for your review and comment. For Official Use Only guidelines for receiving, handling, and destroying the material apply. Respondents are encouraged to address affordability improvements as part of any response. Submit all responses to Belinda Williams at belinda.williams@mda.mil no later than 14 days after publication of this announcement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/MDA/MDA-DAC/HQ0147-09-R-0006/listing.html)
- Record
- SN01824078-W 20090522/090521005354-9fca0161088c7e2d964a84e48e9aa4ea (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 |