SOURCES SOUGHT
R -- Multi-Domain Sensing System (MDSS) High Accuracy Detection and Exploitation System (HADES)
- Notice Date
- 4/13/2020 11:07:26 AM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- W6QK ACC-APG ABERDEEN PROVING GROU MD 21005-1846 USA
- ZIP Code
- 21005-1846
- Solicitation Number
- W56KGY-20-R-MDSS
- Response Due
- 5/7/2020 1:00:00 PM
- Archive Date
- 05/22/2020
- Point of Contact
- Andrea Kuciej, Contracting Officer, Phone: 4438612287, Erin L Hynes, Phone: 4438615368
- E-Mail Address
-
andrea.d.kuciej.civ@mail.mil, erin.l.hynes.civ@mail.mil
(andrea.d.kuciej.civ@mail.mil, erin.l.hynes.civ@mail.mil)
- Description
- REQUEST FOR INFORMATION Project Manager Sensors-Aerial Intelligence (PM SAI) is seeking information from industry on existing technologies and Non-Developmental Items (NDIs) that could satisfy the Multi-Domain Sensing System (MDSS) High Accuracy Detection and Exploitation System (HADES) requirements. THIS IS A REQUEST FOR INFORMATION (RFI) NOTICE ONLY. �THIS IS NOT A REQUEST FOR PROPOSALS (RFP). �NO SOLICITATION IS AVAILABLE AT THIS TIME. � Overview/Purpose/Description of Procurement The Multi-Domain Sensing System (MDSS) is intended to address the Army�s deep sensing requirement by providing platform agnostic sensors that support Multi-Domain Operations (MDO), including Large Scale Ground Combat Operations, and fill sensing gaps for Indicators and Warnings, Long-Range Precision Fire targeting and Situational Understanding.� MDSS requirements focus on six capability areas:� Platforms; Sensors; Integrated Intelligence, Fires, Electronic Warfare, Cyber and Mission Command; Processing, Exploitations, and Dissemination (PED); Data Transport; and Cyber and Electromagnetic Spectrum (EMS) Resiliency. � The High Accuracy Detection and Exploitation System (HADES) is part of the overarching Army MDSS system of systems and will provide multiple sensing capabilities by developing and integrating sensor capabilities on different platforms that as a system will comprise a survivable sensing suite in MDO. �These will allow stand-off operations to detect, locate, identify and track critical targets for the ground commander.� Presently, sensor priorities for HADES are focused on Electronic Intelligence (ELINT), Communications Intelligence (COMINT), and Radio Assisted Detection and Ranging (RADAR).� This RFI is specifically looking for information on ELINT, COMINT, and RADAR sensor technologies.� Scope of Effort/Request � The Government is in the early phases of the MDSS program to include requirements development and definition.� To support requirement definition, the Government is interested in assessing industry available ELINT, COMINT, and/or RADAR sensor solutions against Government defined capability gaps and initial high-level sensor performance requirements.� Therefore, the Government intends under this RFI to release initial MDSS requirements for industry consideration and feedback.� Please note, current ELINT or COMINT or RADAR or ELINT/COMINT/RADAR is defined as a sensor that is capable of one or multiple of the defined ELINT, COMINT or RADAR capabilities. � In response to this RFI, PM SAI is seeking industry information on currently available/NDI solutions capable of addressing or capable of being upgraded/enhanced to address MDSS Sensor Requirements (Attachments 1, 3) as well as planning input for a Sensor Fly-off event (Attachment 2) in Fiscal Year 21 to validate industry defined capabilities, sensor maturity, and development risk.� Development timelines to upgrade or enhance existing sensors to address requirements ideally would not exceed a 12 month timeframe and then lead to limited production. �The intent of this RFI is to gather information on state-of-the-art ELINT, COMINT, and/or RADAR sensor capabilities that could be integrated on a platform to meet the MDSS requirement.� This is not an aircraft evaluation.� The planned Sensor Fly-off event is solely meant to evaluate sensor performance and limitations, not aircraft performance.� � The Government is particularly interested in Sensor Open Systems Architecture (SOSA) and Modular Open System Approach (MOSA) solutions that will provide standardized mounting, power, connections, software and electronic interfaces, and heating, ventilation, and cooling for High Altitude Platforms.� � Requested Information The Government requests that interested parties provide the following: Phase One (White Paper Response) �� Provide information on sensor performance/capabilities and an assessment of technology and integration readiness levels of currently available or NDI solution for ELINT or COMINT or RADAR or multi-capability sensor hardware in relation to the MDSS Requirements (Attachments 1, 3).� This should include; current sensor capabilities, planned/funded capability enhancements, and integration options.� Specifically explain how recommended sensor configuration will satisfy the Government requirements and objectives and/or suggest changes to the requirements based upon what is achievable given the state-of-the-art. Show how proposed solution can be upgraded/enhanced to address deficiencies/deviations/gaps in meeting stated Government requirements and growth capability to meet emerging threats.� Interested parties should propose engineering solutions with associated risk assessments (to include cost, schedule, and performance risk) for all deficiencies/deviations/gaps identified (ideally not to exceed a 12 month timeframe). Define current SOSA/MOSA standards sensor supports today and/or what MOSA/SOSA standards sensor could support with minimal Government investment. Document ability to execute and support a Sensor Fly-off event along with projected cost and scheduling data (Attachment 2).� Interested parties should also provide a notional schedule for the Fly-off event.� The schedule should identify high level actions required for pre-event preparation, event support, and post-event analysis, and highlight critical path items such as equipment deliveries, accreditation, and/or Government Furnished Equipment. Document manufacturing capabilities for all sensors specifically discussing manufacturing facilities, line rates, and lead times.� � Phase Two (Demonstration/Discussions) � Sample Hardware (Demonstration and/or Discussions) If the Government finds after White Paper responses there is a need for discussions and/or hardware demonstration, PM SAI representatives may meet with potential Interested Parties and/or request one-on-one sample hardware demonstrations.� Such discussions are only intended to obtain further clarification of potential capability to meet the requirements and demonstration of product capabilities.� � � INSTRUCTIONS FOR ACCESS TO MDSS HADES TECHNICAL DOCUMENTATION: In order to be eligible to receive Unclassified MDSS HADES Technical Documentation, interested parties must supply: 1) proof of International Traffic In Arms Regulation (ITAR) compliance by submitting a copy of their Department of State, Defense Trade Controls Compliance (DTCC) registration statement with valid date (vendor may redact vendor registrant code), 2) sign/return a Non-Disclosure Agreement, 3) sign/return a Compliance Certification, and 4) identify a Point of Contact (POC) for taking receipt of the Unclassified MDSS HADES Technical Documentation (Name, NIPR Email, and Phone required).� � List of Unclassified MDSS HADES Technical Documentation: Attachment 1:� MDSS HADES Initial Capabilities Document (ICD) Attachment 2:� MDSS HADES Sensor Fly-off Objectives� Once ITAR registration proof, signed NDA, signed Compliance Certification, and POC have been received/cleared, cleared POC will receive an email via DoD SAFE allowing them to download Unclassified MDSS HADES Technical Documentation.� In order to be eligible to receive Classified MDSS HADES Technical Documentation interested parties must supply: � 1) proof of International Traffic In Arms Regulation (ITAR) compliance by submitting a copy of their Department of State, Defense Trade Controls Compliance (DTCC) registration statement with valid date (vendor may redact vendor registrant code), 2) sign/return a Non-Disclosure Agreement, 3) sign/return a Compliance Certification, 4) fill out and return Request for Classified Information, and � 5) identify a cleared Point of Contact (POC) for taking receipt of the Classified MDSS HADES Technical Documentation (Name, SIPR Email, and Phone required).�� List of Classified MDSS HADES Technical Documentation: Attachment 3:� MDSS HADES Capability Development Document (CDD) Interested parties that complete steps 1-3 for Unclassified MDSS HADES Technical Documentation, do not need to repeat these steps for Classified MDSS HADES Technical Documentation access.� Once ITAR registration proof, signed NDA, signed Compliance Certification, facility clearance level validated, and POC with valid SIPR email address have been received/cleared, cleared POC will receive an email via SIPR allowing them to review Classified MDSS HADES Technical Documentation.� Interested parties shall maintain all MDSS HADES Technical Documentation in compliance with their signed Compliance Certification, DoDI 5220.22-M dated 1 May 2018 National Industrial Security Program Operating Manual, and DoDM 5200.01 dated 14 May 2019 DoD Information Security Program Marking of Information, and all document distribution statements. Complete List of RFI Attachments The following attachments are provided to this RFI: Attachment 1:� MDSS HADES Initial Capabilities Document (ICD) (FOUO � secure release) Attachment 2:� MDSS HADES Sensor Fly-off Objectives (FOUO � secure release) Attachment 3:� MDSS HADES Capability Development Document (CDD) (SECRET � secure SIPR release) Attachment 4:� Non-Disclosure Agreement (FOUO � secure release) Attachment 5:� Compliance Certification (FOUO � secure release) Attachment 6:� Request for Access to Classified Information (FOUO � secure release) Attachment 7:� DoDI 5220.22-M (Unclassified � public release) Attachment 8:� DoDM 5200.01 (Unclassified � public release) Response Guidelines: Interested parties are requested to respond to this RFI with an Unclassified white paper. �White paper submissions cannot exceed 25 pages, single spaced, 12-point type with at least one-inch margins on 8 1/2�x11� page size.� The response should not exceed a 10 MB e-mail limit for all items associated with the RFI response.� Responses must specifically describe the interested party�s capability to meet the requirements outlined in this RFI.� Oral communications are not permissible.� Beta.sam.gov will be the sole repository for all information related to this RFI. Interested parties who wish to request access to MDSS HADES Technical Documentation shall do so no later than 23 April 2020 at 1600 EST via email addressed as follows:� ����������� To:� Andrea Kuciej, andrea.d.kuciej.civ@mail.mil ����������� ������ Ellie Keele, elizabaeth.a.keele.ctr@mail.mil ����������� CC:� KO:� Erin Hynes, erin.l.hynes.civ@mail.mil, 443-861-5368 Interested parties who wish to respond to this RFI shall do so no later than 07 May 2020 at 1600 EST via the email addresses provided above. Questions: The Government will not entertain and will not address any questions from Industry at this time.� The Government will not reimburse companies for any costs associated with the submissions of their responses or the participation in demonstrations.� Disclaimer:� � This RFI is not a RFP and is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. �Responses will not be considered as proposals nor will any award be made as a result of this synopsis. All information contained in the RFI is preliminary as well as subject to modification and is in no way binding on the Government. �FAR clause 52.215-3, �Request for Information or Solicitation for Planning Purposes�, is incorporated by reference in this RFI. �The Government does not intend to pay for information received in response to this RFI. �Responders to this invitation are solely responsible for all expenses associated with responding to this RFI. �This RFI will be the basis for collecting information on capabilities available. �This RFI is issued solely for information and planning purposes. Proprietary information and trade secrets, if any, must be clearly marked on all materials.� All information received in this RFI that is marked �Proprietary� will be handled accordingly.� Please be advised that all paper submissions become Government property and will not be returned nor will receipt be confirmed. �In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/214d6345dc7e42daa436e7871f4e7eda/view)
- Place of Performance
- Address: Aberdeen Proving Ground, MD 21005, USA
- Zip Code: 21005
- Country: USA
- Zip Code: 21005
- Record
- SN05619608-F 20200415/200413230149 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |