SPECIAL NOTICE
A -- Request for Information - BMDS Sensor Study
- Notice Date
- 3/14/2014
- Notice Type
- Special Notice
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Other Defense Agencies, Missile Defense Agency, MDA-DACK, Huntsville, Huntsville, Alabama, United States
- ZIP Code
- 00000
- Solicitation Number
- SENSORS-DE-2014-0001
- Archive Date
- 4/3/2014
- Point of Contact
- John Crawford, Phone: (256) 450-5256, Anna Lanz, Phone: (256) 955-4021
- E-Mail Address
-
John.Crawford@mda.mil, anna.lanz@mda.mil
(John.Crawford@mda.mil, anna.lanz@mda.mil)
- Small Business Set-Aside
- N/A
- Description
- 1. Objective The Missile Defense Agency (MDA) is conducting market research to assist in the identification of potential discriminating sensor options, architectural innovations, and lessons learned that could be applied to the future BMDS sensor network. MDA is evaluating future tracking and discriminating sensor and sensor architecture options that would result in BMDS performance improvements in a cost-effective, operationally effective, timely, and affordable manner. The following architectural principles will guide MDA's sensor architecture roadmap: A. Maximum exploitation of non-BMD assets for BMD applications B. Cost-effective investment strategies that deploy capabilities incrementally C. Creation and preservation of decision support information throughout the kill chain D. Maximum exploitability of BMD sensor assets and processing for non-BMD applications E. No dead-end engineering that blocks extension to evolving threats and countermeasures The focus of this Request for Information (RFI) is on recommended options that are presented in the context of an overall mixed sensor architecture, potentially consisting of land, sea, airborne and space elements with allocated responsibilities. The government will use industry's technical responses to inform future sensor architecture planning and technology development investments. This RFI does not constitute a Request for Proposal and the Government does not intend to award a contract on the basis of this RFI. As a result, potential responders should not construe there is any commitment on the part of the Government that there will be a follow-on acquisition action that will be linked in some manner to this RFI. Participation in this market research on the part of a potential responder is strictly voluntary and in ac-cordance with Federal Acquisition Regulation (FAR) 52.215-3, Request for Information or Solicitation for Planning Purposes. The Government will not pay for the information solicited or any costs that are in-curred as a result of this Special Notice, to include participant costs associated with attending the Industry Day discussed in Section 5, or any costs that are incurred by a participant who elects to provide Information in response to this RFI, except as an allowable cost under other contracts as provided in subsection 31.205-18 of the FAR. 2. Background The mission of the MDA is to "defend the US, deployed forces, allies, and friends from ballistic missile attack of all ranges in all phases of flight." To accomplish this mission, the MDA has fielded a Ballistic Missile Defense System architecture, consisting of weapons, sensors and integrating functions, that engages short, medium, intermediate, and long-range ballistic missile threats in the post boost phases of flight. The BMDS presently relies upon land-and-sea-based radars - supplemented by Overhead Persistent Infrared (OPIR) boost phase tracking sensors for early warning and cueing - to develop feasible fire control solutions. The Program of Record sensor network will be evolved to provide tracking, discrimination and kill assessment enhancements. 3. Desired Information MDA is requesting industry inputs related to architectural constructs and approaches that might be incorporated into a future BMDS. Where necessary, details should be provided in a classified annex as described in Section 4, Responses. Additional details to support the development of the responses are included in a classified annex as described in Section 6, Classified Attachment. Inputs should relate to one or more the following functional upgrades: A. Improved raid size capacity and reduced ambiguity in the handover from boost to post-boost tracking. Raid size capacity can be defined as the number of warheads that the BMDS can engage for specified engagement scenarios B. Improved debris rejection to reduce confusion and sensor workload C. Improved post boost track resolution and track accuracy to widen battlespace, to maintain custody of decision support information across the kill chain, and to promote discrimination D. Reduced inferential distance between observables and target object properties E. Improved warhead classification to assist in shot prioritization and inventory management F. Enhanced Kill Assessment capabilities to promote efficient shot doctrine G. Improved resistance to technical and tactical countermeasures H. Maturity sufficient to deliver operational capability in the 2020 to 2025 timeframe. The following information should be included in your response: 1. Description: A text description of the key attributes of the concept or approach being suggested. 2. Cost: A Rough Order of Magnitude (ROM) cost estimate broken out by life cycle phase for concepts, and, where applicable, an assessment of affordability improvements for approach(s). 3. Schedule: An estimated schedule for Research, Development, Test, and Evaluation (RDT&E), integration, procurement, and fielding. 4. Technology Readiness Level (TRL) and Risk Assessment (where applicable): a. Overall TRL and associated readiness date, with substantiating evidence b. TRL of major system components and interfaces, with substantiating evidence 5. System Considerations (where applicable). Include a description of system dependencies in the areas of: a. Sensor capability against ballistic missiles in all phases of flight (boost, mid- course, and terminal). b. Command and Control, Battle Management and Communications (C2BMC)/Integration approach addressing integration issues for the sensor(s), weapons(s) and platform(s) into the BMDS. c. Identify potential fielding concepts and impacts to logistics. (where applicable) 6. Potential for multi-mission applicability. 4. Responses Response submissions provided to this RFI are expected to consist of an unclassified white paper and a classified addendum (if required), total page count not to exceed 20 pages. Submission should include both hard and electronic copy. NOTE: To inquire about submitting the classified addendum at a higher classification level than SECRET; please contact Mr. John Crawford [John.Crawford@mda.mil] or Ms. Anna Lanz [Anna.Lanz@mda.mil] BEFORE providing any higher-than-SECRET level classified submission. Succinct documents that fully address the points noted in Section 3 (Desired Information), and elsewhere in this RFI, will have greater credence than a long or overly elaborate document that provides little more than marketing materials or industrial capability statements. Finalized unclassified white papers and classified addendums in response to this RFI should be delivered to the Missile Defense Agency by 5:00pm (Central) on 1 April 2014. Submissions should clearly identify areas that are subject to data limits or other restrictions. Responses that are provided will not be returned and respondents are advised that MDA is under no obligation to acknowledge receipt of the information received, or to provide feedback to respondents with respect to any information that is submitted in accordance with the instructions contained in this RFI. Finally, potential responders are reminded that MDA is making NO commitment as to the use that will be made of a submission; nor is there expected to be any follow-on Acquisition that is associated with this RFI or the submissions that may be made hereunder. Two hard-copies of the Unclassified White Paper submission shall be provided to: Missile Defense Agency BLDG 5224 Martin Road Attention: Mr. John Crawford and Ms. Anna Lanz Redstone Arsenal, AL 35898 An electronic copy of the unclassified white paper shall also be submitted by email to: Mr. John Crawford [John.Crawford@mda.mil], MDA Technical POC, and Ms. Anna Lanz [Anna.Lanz@mda.mil]. Classified documentation shall be prepared for shipment in accordance with the current National Industrial Security Program Operation Manual (NISPOM), DOD 5220.22-M. Section 5-401, available at: www.dss.mil/isp/odaa/documents/nispom2006-5220.pdf No classified information is to be submitted to the contracting office. It is requested that hard and electronic copy of classified material be submitted to the following technical Points of Conact. All classified information must be marked accordingly and submitted to Mr. John Crawford and Ms. Anna Lanz at: Missile Defense Agency BLDG 5224 Martin Road Attention: Mr. John Crawford and Ms. Anna Lanz Redstone Arsenal, AL 35898 Any technical data that is furnished by the Government to a potential responder will be provided in an "as is" condition; without either an implied or actual warranty as to its accuracy, completeness, or adequacy. A respondent shall use this technical data at their own risk; and the Government assumes no responsibility for such furnished data/documentation, nor does the Government have any liability for a Respondent's submitted response where such data/documentation proved to be inaccurate, incomplete, or otherwise defective. 5. Industry Day MDA will offer one-on-one sessions with industry partners on 23-24 April 2014 in Huntsville, Alabama. One-on-one sessions are intended to facilitate a better understanding of the concept or approach being considered by industry partners and to improve the utility of the responses, but are not required. If industry partners wish to participate in a one-on-one session with the government, a request should be made to John Crawford or Anna Lanz via email no later than 4 April 2014. Each of the assigned one-on-one sessions will be limited to one hour. In these sessions, approximately half of the time will be allowed for industry, or an organization, to deliver an overview briefing of their concept, approach and/or architecture suggestions, and the remaining half of the session will be dedicated to a question and answer session. If a company or organization is assigned a one-on-one session, MDA will expect delivery of an electronic copy, unclassified and/or classified, of their briefing materials forty-eight (48) hours prior to the start of the Industry Day. Each company or organization making a presentation will also be requested to provide six (6) hard copies, unclassified and/or classified, of the presentation at the start of their one-on-one session. Due to space considerations, MDA must limit participation on both days to no more than three (3) people from each responding company, business unit, or organization. Further, it is requested that the industry partners ensure their selected participants be intimately familiar with the technical aspects of the concept or approach that will be briefed during an assigned one-on-one session. The one-on-one sessions will be conducted at the SECRET level, see NOTE below. Those attending one-on-one sessions must be a US Citizen holding a security clearance at least at the SECRET level. Security clearances must be submitted to: Mr. John Crawford [John.Crawford@mda.mil] and Ms. Anna Lanz [Anna.Lanz@mda.mil]. NOTE: If a responding company or organization would like to brief at a classification level above collateral SECRET during a one-on-one session; please contact Mr. John Crawford [John.Crawford@mda.mil] or Ms. Anna Lanz [Anna.Lanz@mda.mil]. After receiving a confirmation of your company's scheduled one-on-one session so appropriate arrangements can be made. One-on-one session locations will be in Von Braun III (VBIII) and will be assigned when sessions are scheduled. All confirmed attendees must submit a Visit-Access Request (VAR) in accordance with the instructions below: A. Date and Time: 23-24 April 2014, 0800-1700 B. Location: The Von Braun Complex. Redstone Arsenal, AL C. Visit-Access Requests (VAR). All confirmed attendees for any Industry Day session should send their visit and clearance request not later than 1 April 2014. i. The Joint Personnel Adjudication System (JPAS) is the preferred method for companies or organizations to submit Visit-Access Requests. SMO code is DDAAUH. Include the meeting name (BMDS Strategic Roadmap Industry Days in the block with the Technical POC's name in the JPAS Visit Cert. The MDA Technical POC for the Industry Day sessions is Mr. John Crawford. Duration of visit is two (2) days. ii. Non-JPAS Visit Requests. Non-JPAS visit requests must be sent from company or organization security department and may be faxed or mailed to: MDA Visitor Control [FAX]: (256) 313-9579 MDA Visitor Control [Email]: MDAAccessControlHSV@mda.mil NOTE: To confirm receipt, a participant can call MDA Visitor Control at: (256) 313-9504 Non-JPAS visit requests must include the following information: 1. Visitor name, social security number, date of birth, and place of birth. 2. Clearance level. 3. Date of clearance and investigation type. 4. Purpose of visit: 5. Duration of visit: 6. Technical POC: 7. Visit Request Confirmation: 6. Classified Attachment A classified attachment is being furnished with this RFI to provide additional background information to potential responders to facilitate a better informed response. A request made by a potential responder for this RFI's classified attachment must be submitted via email to Mr. John Crawford [John.Crawford@mda.mil] and Ms. Anna Lanz [Anna.Lanz@mda.mil] In order to receive this RFI's associated classified documentation, a requesting company must have a facility clearance of no less than "SECRET." All requests for the RFI classified attachments must be submitted in writing on company letterhead and the request must include the following information: A. Verification of facility clearance level (either copy of DSS approval letter and/or company cage code). B. Verification that the company has storage capability to the "SECRET" level. C. Verification that the respondent understands that the data provided may NOT be duplicated and must be destroyed upon completion RFI submission. D. Physical Address where classified data should be sent along with responsible points of contact and phone numbers. Identify whether or not classified Fed- Ex packages may be sent to the physical address provided. Alternatively, identify a classified email address to which the documents may be provided. E. Verification of intention to respond to subject RFI, to validate the need to know. 7. Point of Contact All questions related to this RFI should be provided via email to: Mr. John Crawford [John.Crawford@mda.mil], MDA/DEB Technical POC, and Ms. Anna Lanz [Anna.Lanz@mda.mil]. 8. Marking Industry is encouraged to respond with the submission of information that is not constrained by proprietary data rights. If proprietary data is included in a responder's submission; then the respondent is responsible for ensuring their submission contains appropriate and adequate markings of said proprietary data. Further, any proprietary information MUST be marked as such on a page-by-page basis. The Government intends to use third party, non-Government, contractor-support personnel as subject matter experts in the review and assessment of responses that are received. This will include their use in the review and assessment of any marked or unmarked proprietary information that is provided within a responder's submission. Appropriate non-disclosure agreements have been executed between non-Government contractor support personnel and the Government and are on file with the Government. The submission of a response to this RFI constitutes the respondent's acknowledgement and agreement that the information provided in their submission, including any marked or unmarked proprietary or any potentially source selection or acquisition sensitive information, may be disclosed by the Agency to these third party, non-Government contractor-support personnel. 9. Compensation As noted in Section 1; in accordance with FAR 52.215-3 this is a Request for Information or Solicitation for Planning Purposes and as such is only supporting MDA informational planning activities. Submission of information by a respondent hereunder is entirely voluntary. As a result, the Government does not intend to award a contract on the basis of this solicitation for planning purposes or pay any costs for the information solicited that are incurred as a result of a company or organization providing a submission in response to this RFI synopsis; including any costs that are incurred by a participant who elects to attend a one-on-one session. Any information a responder provides will be treated as information only and shall not be used as a proposal. The Agency reserves the right to use information that has been voluntarily provided by respondents without compensation as part of MDA's on-going efforts to refine the MDA BMDS Strategic Roadmap.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/f518bef8ab5e0b888da591bd34fb4a9f)
- Record
- SN03311828-W 20140316/140314235211-f518bef8ab5e0b888da591bd34fb4a9f (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 |