Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 29, 2014 FBO #4661
SOURCES SOUGHT

A -- Common Sub-Components

Notice Date
8/27/2014
 
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-DACT, NCR, HSV, Huntsville, Alabama, 35807, United States
 
ZIP Code
35807
 
Solicitation Number
MDAFY14TCRFI01
 
Archive Date
9/27/2014
 
Point of Contact
Dakar R. Shillingford, Phone: 2564501428
 
E-Mail Address
dakar.shillingford@mda.mil
(dakar.shillingford@mda.mil)
 
Small Business Set-Aside
N/A
 
Description
The Missile Defense Agency (MDA) is conducting market research through this Request for Information regarding the feasibility of designing and building a "common" class of sub-components or sub-systems that would integrate into multiple missile types (e.g., Short/Medium/Intermediate/Intercontinental Range Ballistic Missile) for air, sea, and ground launched targets Respondents should have demonstrated experience in the design, development, assembly, integration, and testing of ballistic missile vehicle components to satisfy the following objectives: •1. Obtain target components at best value to the taxpayer •2. Utilize single qualification tests of components across all target classes •3. Reduce delivery schedules of traditionally long lead components •4. Leverage industry's highest maturity, lowest risk components •5. Eliminate redundant Non-Recurring Engineering (NRE) components and/or subsystems It is the intent of the MDA to identify through internal efforts and input from industry the best candidates for common sub-components. These common sub-components will ultimately be procured by the Government and then provided to other performers for integration into All Up Rounds for use in the MDA Flight Test program. All common sub-component providers must provide non-proprietary solutions for maximum flexibility in the integration of the common component. A common sub-system is defined as a sub-system required in multiple target classes to perform a function or provide a capability. A common sub-component is defined as a component (possibly part of a larger system) utilized to fulfill a requirement in multiple target classes Examples of common sub-components and sub-systems can include, but are not limited to: •1. Aeroshells - The aeroshell is the outer skin and structure of the Modified Ballistic Re-entry Vehicle (MBRV) that protects the internal payload and components from aerodynamic forces as well as produces the radio and infrared signature of the MBRV •2. Separation Modules - The separation module connects the MBRV to the launch vehicle and provides the mechanism to detach the RV and impart the required separation velocity and tip-off dynamics •3. Time Space Position Instrumentation - Provides accurate position data for navigation and telemetry to ground •4. Telemetry transmitters, encoders, and decoders for payloads and Boosters - Provides the health and status of the vehicle, position, and hit indication during engagement by an interceptor. Both S and L-bands are required, with the possibility of C-Band •5. Qualified batteries for Payload, Booster, and Flight Termination System •6. Hit grid electronics - The hit grid is a mesh that covers the aeroshell and detects/reports location of impact when a kinetic kill vehicle intercepts a target missile •7. Separation system ordinance and pusher system designs (springs and pneumatic) - The separation system decouples the MBRV from the payload deployment module •8. Safe and Arm Devices - Safety device that precludes premature arming and initiation of the detonator on the vehicle during transportation and handling •9. Attitude Control System (ACS) - Provides thruster which moves the 2nd Stage around after the 2nd Stage burn-out •10. Flight Termination System (FTS) - System within a ballistic missile that receives and processes/executes flight termination commands from flight safety officer •11. Flexible Linear Shaped Charge (FLSC) - Ordnance used in staging events •12. Flexible Confined Detonation Cord (FCDC) - Sends signal to FLSC •13. Associated Objects - Develop inventory and integrate countermeasures in accordance with an Associated Objects Common Interface Control Document The MDA encourages respondents to add any additional suggestions for appropriate common sub-systems or common sub-components. The respondent should also address how they possess demonstrable experience and any creative solutions they have that address storage, just in time delivery and interface challenges of the sub-components and sub-systems allowing for maximum efficiency and cost effectiveness. Questions to Industry The MDA TC Program Office requests a response to the following questions. Responses are for TC's internal use only to support market research efforts in preparation for the development of the acquisition strategy. •1. Given the information contained within this RFI, describe your approach to providing for a common sub-components, common sub-systems contract. Include in your rationale a list of which components you would develop and why. •2. Recognizing the acquired common sub-component or common sub-system will be provided to other performers for integration into an All Up Round, address how your solution(s) would be provided in such a way as to maximize cross talk between performers and the Government with minimal risk? Would any of the solution(s) you are proposing have proprietary rights associated that could present challenges to integration or interfaces? What approach(es) would be utilized to mitigate integration issues and inefficiencies? Similarly, what would best incentivize you to work closely with multiple contractors and meet MDA mission needs? •3. What are your recommendations for technical, schedule, cost, risk, productivity, and innovation incentives? •4. Please identify any Government and/or commercial solicitations/contracts you are currently executing that take a common class of assets with the express purpose of integrating them into other systems as Government Furnished Property. •5. What are the most significant performance, schedule, supply chain management, and cost risks associated with those similar efforts listed above? What steps did you and/or your client take to mitigate those risks? •6. What existing or planned Department of Defense or Federal Government contracts do you recommend the MDA consider leveraging? Capability Statement Companies that possess and have demonstrated a capability to fulfill the objectives as described in the "Description" and "Questions to Industry" sections above may submit a capability statement for consideration. Any responsible source may submit a capability statement (not-to-exceed 10 pages). Capability statements must include a schedule/plan demonstrating the capability to deliver and store common sub-components. The schedule/plan would nominally depict the path from contract award to a notional IOC. RFI Exchange of Information This is not a request for proposal or quotation. The Government will NOT pay any costs incurred as a result of responding to this announcement. Submissions of capability statements will be separate from, and have no bearing on, submissions in response to any future Request for Proposal, if one is issued. Eligibility to participate in any future acquisition does not depend upon a response to this notice. MDA will not provide feedback on the responses to this notice. Proprietary information is neither sought nor desired by MDA. If proprietary 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). Respondents are responsible for adequately marking propriety information contained in their response. Do not send any classified information. Please note that this is not a request for competitive proposals; however, all responsible sources who believe they can meet the requirements may submit a capability statement demonstrating the ability to provide the requested services NLT 26 September 2014 at 12:00 PM CST, to Mr. Dakar Shillingford, Contracting Officer, at Dakar.Shillingford@mda.mil. and Mr. David Racey, Director, TC Acquisition Management, at David.Racey@mda.mil.A determination by the Government not to compete this requirement based on responses to this notice is solely within the discretion of the Government. MDA intends to use responses solely for the purpose of determining whether to conduct a competitive procurement. MDA may choose to engage industry through further one-on-one discussions or industry days at the sole discretion of the Government. Non-Government Support Personnel The Government may use third party, non-Government (contractor) support personnel as subject matter experts in the review of submissions, including the review of any marked or unmarked proprietary information provided. Appropriate non-disclosure agreements have been executed between the third party, non-Government (contractor) support personnel and the Government and are on file with the Government. Participation in this effort is strictly voluntary. A submission of a response to this notice constitutes the respondent's acknowledgement and agreement that the information provided in the response, including any marked or unmarked proprietary or source selection information, may be disclosed to these third party, non-Government (contractor) support personnel.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/592448be53b5ad680174a3a6415eb4c0)
 
Place of Performance
Address: Bldg 5222, Martin Road, Redstone Arsenal, Alabama, 35898, United States
Zip Code: 35898
 
Record
SN03482827-W 20140829/140828022236-592448be53b5ad680174a3a6415eb4c0 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.