SOURCES SOUGHT
A -- Request for Information for Missile Defense Systems Engineering and Integration Support for Development of the Ballistic Missile Defense System (BMDS)
- Notice Date
- 4/17/2011
- 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-DACK, Huntsville, Huntsville, Alabama, United States
- ZIP Code
- 00000
- Solicitation Number
- HQ0147-11-R-0007
- Archive Date
- 6/4/2011
- Point of Contact
- CharlesT. Clements, Phone: 7036937060, James Mitchell, Phone: 7036970949
- E-Mail Address
-
charles.clements@mda.mil, James.mitchell.ctr@mda.mil
(charles.clements@mda.mil, James.mitchell.ctr@mda.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a research and development sources sought notice requesting information from Industry for assistance with the Missile Defense Systems Engineering and Integration (SE&I) efforts supporting the Missile Defense Agency's (MDA) Ballistic Missile Defense System (BMDS). The Government does not intend to award a contract on the basis of this Request for Information (RFI) or to otherwise pay for the submission of any information in response to this notice. Any response will be treated as information only and shall not be used as a proposal. The release of this synopsis is to gain information on sources and capabilities. MDA is seeking industry partners to provide SE&I services to work in concert with the Government's MDA Engineering team to plan, define, design, test, and assess the Missile Defense Agency's (MDA) Ballistic Missile Defense System (BMDS). The BMDS is an integrated, "layered" architecture that provides multiple opportunities to destroy missiles and their warheads before they can reach their targets. The system's architecture includes: • Integrated and networked sensors including space, ground, and sea-based platforms for target detection and tracking • Integrated Command and control, battle management, and communications including the weapon system fire control and networks providing the warfighter with the needed links between the sensors and interceptor missiles • Ground- and sea-based interceptor missiles for destroying a ballistic missile using either the force of a direct collision, called "hit to kill" or kinetic technology, or an explosive blast fragmentation warhead For additional information on the Missile Defense Agency (MDA) mission see: www.mda.mil. MDA is requesting information on capabilities from interested companies on their expertise and innovative and efficient methods for conducting Systems Engineering and Integration for the BMDS. The response should include plans for how the companies would leverage industry's prime contractor expertise in the development and fielding of the BMDS components. In particular, MDA is soliciting capabilities of companies to support MDA for the capability development, system design, integration, verification, and assessment for the BMDS. This includes expertise in the following areas: Area 1: BMDS Concept Development: Determine capability needs, architecture options, concept definition analysis of alternatives, concept requirements, and interface definition for evolution of the BMDS to address critical gaps to objective BMDS capabilities. Area 2: System Design and Requirements: Develop detailed architecture, functional performance and integration requirements and design, driving development and integration of the BMDS. Area 3: Integration and Verification: Develop BMDS integration planning documentation driving SW/HW deliveries to support capability deliveries. Development of requirement verification plans to support the technical assessment providing the rationale supporting capability delivery decisions. Develop direction to the test community to ensure sufficient data is collected to enable Models &Simulation Verification Validation & Accreditation to support high confidence BMDS capability verification and assessment. Area 4: Modeling and Simulation: Develop BMDS models and simulation requirements to enable accurate representation of the BMDS to support Ground Test (GT)/System Post Flight Reconstruction (SPFR) and Performance Assessments (PA) resulting in increased confidence in the assessment of the BMDS. Area 5: Innovative Team Approaches: Recommend logical and legal teaming approaches that may be innovative or non-traditional that you may select to efficiently develop, acquire, and sustain the BMDS effort. Discuss how you plan to participate in corporate relationships that may require access to proprietary data from other corporate or independent organizations approved to team with the government. Area 6: System Engineering Processes: Discuss your understanding and approach to the capabilities-based systems engineering process. Capabilities-based system engineering processes must be highly collaborative between the system and subsystem levels. Discuss how your process relates to and efficiently integrates the corresponding phases of the systems engineering process. Discuss your organization's prior and current experience supporting Special Access Programs. Area 7: Programmatic Reviews: Discuss your organization's history and capabilities participating in technical and programmatic meetings and working groups, Peer Reviews and Boards, as well as interactions with other DoD organizations. Area 8: Points of Contact: List current or past Federal Government Points of Contact and contact information for Government organizations you have or had contracts requiring extensive experience in the development and implementation of capabilities-based system engineering processes and management. The Government does not intend to limit either the number or types of teaming arrangements entered into by potential offerors (i.e., any given contractor may propose as a prime contractor and/or participate as a subcontractor on one or more other proposing teams). The Government does not intend to impose restrictions on team membership after award, except as necessary to prevent Organizational Conflict of Interest (OCI) issues in accordance with FAR 9.5 between this requirement and advisory and assistance contracts supporting MDA Engineering. In order to be considered for award, contractor personnel must be cleared at the SECRET level. A select number of contractor personnel must be eligible for TOP SECRET clearance. Please submit your company's response encompassing capabilities for each of the eight (8) areas listed. You may include a statement of interest, qualifications, experience, expertise, products and any relevant corporate literature and product data. Please submit the information requested in the same order and using the same Area numbering scheme in this notice to facilitate review by the Government. Replies will be separated from, and have no bearing on, evaluation of proposals submitted in response to any future formal Request for Proposal. Information received in response to this request may be used by the Missile Defense Agency for acquisition planning and solicitation preparation activities. Eligibility in participating in a future acquisition does not depend upon a response to this notice. MDA will not critique the responses to this notice. MDA does not intend to pay for the information solicited and will not reimburse any costs associated with responding to this RFI; therefore all submission shall not exceed 20 pages. Proprietary information is neither sought nor desired by MDA. If such information is submitted, it must clearly be marked "proprietary" on every sheet containing such information, and the proprietary information must be segregated to the maximum extent practicable from other portions of the response (e.g., use an attachment or exhibit). Your not to exceed 20-page response should be sent by e-mail to the Contracting Officer, Mr. Charles T. Clements, 703-693-7060 at charles.clements@mda.mil and Mr. James Mitchell, 703-697-0949, james.mitchell.ctr@mda.mil. Any questions and all responses should include the company name, address, and phone number, and the name, e-mail address and phone number of the point or points of contact within your organization.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/9d97951cc1f49e931eb57e5644668868)
- Place of Performance
- Address: Huntsville, Alabama, 35898, United States
- Zip Code: 35898
- Zip Code: 35898
- Record
- SN02426704-W 20110419/110417233024-9d97951cc1f49e931eb57e5644668868 (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 |