Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 12, 2020 SAM #6770
SOURCES SOUGHT

99 -- MDA Ground Sensors Radar Programs RFI

Notice Date
6/10/2020 6:00:38 AM
 
Notice Type
Sources Sought
 
Contracting Office
MISSILE DEFENSE AGENCY (MDA) HUNTSVILLE AL 35898 USA
 
ZIP Code
35898
 
Solicitation Number
MDA20SNRFI02
 
Response Due
8/10/2020 3:00:00 PM
 
Archive Date
08/25/2020
 
Point of Contact
Jamaya Smith, Khaliah Burns
 
E-Mail Address
jamaya.smith@mda.mil, khaliah.burns@mda.mil
(jamaya.smith@mda.mil, khaliah.burns@mda.mil)
 
Description
__________________________________________________ Missile Defense Agency (MDA) Ground Sensors (SN) Radar Programs Request for Information Agency: Other Defense Agencies Office: Missile Defense Agency Location: MDA-SNA Reference-Number: MDA20SNRFI02 DISTRIBUTION STATEMENT A. Approved for public release; distribution is unlimited. Approved for Public Release������ ���������������������������������������� 20-MDA-10488 Description: �The Missile Defense Agency Ground Sensors Directorate (MDA/SN) is conducting market research to determine industry interest and capability to support future requirements for the Missile Defense System (MDS) radars, including the Army Navy/Transportable Radar Surveillance (AN/TPY-2), Upgraded Early Warning Radar (UEWR), Cobra Dane (CD), and the X-Band Radar (XBR) aboard the Sea-Based X-Band Radar (SBX).�� Market research is the continuous process of collecting information to maximize reliance on the commercial marketplace and to benefit from its capabilities, technologies, and competitive forces in meeting an agency need.� Future requirements may include (1) AN/TPY-2 and SBX Hardware and Software Development, (2) AN/TPY-2 and SBX Operations and Sustainment (O&S), (3) Production of AN/TPY-2 radars, components, spares, fleet refurbishment activities, and capability upgrades, (4) Warfighter (WF) support requirements associated with AN/TPY-2, SBX, UEWR, and CD.� Potential capability upgrades include increased digital control and processing, additional detection, tracking, and discrimination capability to counter advanced and emerging threats, increased field of view, increased power and sensitivity, more reliable and supportable components, and improved self-defense capabilities. This Request for Information (RFI) is issued solely for information and planning purposes � it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This RFI does not commit the Government to establish a contract for any supply or service whatsoever.� Further, MDA is not seeking proposals nor will it accept proposals. All costs associated with responding to this RFI will be solely at the respondent�s expense. Participation in future Agency transactions and procurement opportunities is not contingent upon responding to this RFI. MDA will not provide feedback for any submission. 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). Respondents are responsible for adequately marking propriety information contained in their response. The Government intends to use third party, non-Government (contractor) support personnel as Subject Matter Experts (SMEs) in the review of responses received, including the review of any marked or unmarked proprietary information provided. At the time submittals are reviewed, appropriate non-disclosure agreements will have been executed between the third party, non-Government (contractor) support personnel and the Government and will be filed with the Government. A submission of a response to this RFI 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. � X-Band Radar Major Requirement Area Descriptions: � 1.� Development � Software maintenance across the X-Band radars Current software primarily developed in ADA language AN/TPY-2 and XBR software upgrades across the X-Band radars Open architecture to accommodate integration of 3rd party algorithms Modular design New capability development Acquisition Tracking Discrimination Debris mitigation Electronic Protection Post-Intercept Assessment Fault tolerance Active bias monitoring and reporting Radar Integrated Satellite Monitoring and Calibration (ISMC) Space Situational Awareness (SSA)/Space Domain Awareness (SDA) Target Object Map (TOM) Raid Handling Long Range High Sensitivity Low and High Elevation Full Azimuth Coverage � Hardware upgrades including Digital Receiver/Exciter (DREX), wideband digital Signal Processing (SP) architecture, Arbitrary Waveform Generator (AWFG), Gallium Nitride (GaN) Transmit/Receive Integrated Microwave Modules (T/RIMMs), modernized Alternating Current to Direct Current (ACDC) components, and increased cooling and power equipment. Re-architecture to optimize performance on an x86 based supercomputer and the implementation of a DREX. Performance improvements including, but not limited to, analysis and implementation of parallel processing, multicore computing, Field Programmable Gated Arrays (FPGAs), and advanced real-time processing capabilities. Re-architecture including, but not limited to, analysis and implementation of secure server configurations eliminating, mitigating and limiting cyber security vulnerabilities. Systems Engineering to support software, software databases, and hardware upgrades including new functionality and evolving threats. Systems engineering includes configuration management, requirements development and analysis, software capabilities performance assessment, qualification, formal test, and requirements verification.� Systems engineering support is also required to: Support radar system integration and test with the Terminal High Altitude Area Defense (THAAD) weapon system at the prime contractor�s System Integration Laboratory (SIL) for development and flight test activities. Support radar system integration and test with Command, Control, Battle Management & Communication (C2BMC) weapon system at the prime contractor�s SIL for development and flight test activities. Support United States Government (USG) and Foreign Military Sales (FMS) development and support efforts. Support software and hardware engineering technical reviews via incremental development such as Agile methodologies. Adhere to guidance and develop program documentation including but not limited to management plans, quality, safety, security, reliability, risk, program protection, cybersecurity, integration, interoperability, capability roadmaps, Concept of Operations (CONOPS), trade studies, cost, schedule and performance, working groups, contract execution, development oversight, and reporting. Develop and maintain AN/TPY-2 Operation Mission Plans/Profiles (OMPs) across several geographical locations. Flight and Ground Test Planning, Execution, and Analysis. Software Engineering Releases (ER), Formal Releases (FR), and Maintenance Releases (MR) to support material release of capabilities for Technical Capability Declaration (TCD) and Operational Capability Baseline (OCB) concurrence. Support radar software Independent Verification and Validation (IV&V) at the Government�s Software Engineering Directorate (SED). � Engineering support for all X-Band radars to facilitate maintenance efforts which may include but are not limited to trade studies, hardware obsolescence studies, hardware redesign, technology insertion, and refurbishment efforts. � 2.� Operations and Sustainment (O&S) � AN/TPY-2 Radar Maintenance 24x7 Maintainers (forward-based radars) x 5 Radars WF Training Support in Continental U.S. (CONUS) x 5 Radars and 2 forward deployed Terminal Mode Radars Software and Hardware Maintenance Digital and Analog Simulations Preventive Maintenance Checks & Services (PMCS) O&S support teams for MDS test activity AN/TPY-2 Radar Logistics Support Line Replaceable Unit (LRU) Repair and Return Inventory Control and Management Spares Management Logistics Operations Training Development and Delivery for soldiers and contractor personnel Subcontractor/Vendor Management World-wide deployment, transportation coordination, set-up, and tear-down of the AN/TPY-2 Radar fleet (both forward-based and THAAD radars) AN/TPY-2 Sustaining Engineering Engineering Studies Sustainment of legacy Software Builds Failure Review and Corrective Action System (FRACAS) Mission Assurance/Quality Audits Obsolescence Management Obsolescence forecasting Obsolescence mitigation recommendations Obsolescence redesigns as required Fleet retrofits as required XBR Sustainment Operations and Maintenance (~10 operator maintainers aboard ship, rotating every two months) Software and Hardware Maintenance Digital and Analog Simulations PMCS XBR Logistics Support LRU Repair and Return Inventory Control and Management Spares Management Logistics Operations Training Development and Delivery for U.S. Navy and contractor personnel Subcontractor/Vendor Management Port services coordination XBR Sustaining Engineering Engineering Studies Sustainment of legacy Software Builds FRACAS Mission Assurance/Quality Audits Portions of the O&S effort would be performed Outside the Continental U.S. (OCONUS) in various locations. 3.� Production � Manufacturing of one or more AN/TPY-2 Radar (s) Antenna Equipment Unit (AEU) � one per radar Electronic Equipment Unit (EEU) � one per radar Cooling Equipment Unit (CEU) � one per radar Prime Power Unit (PPU) � two per radar Installation Kit of Electronic Equipment (IKEE) Additional radar components (e.g. stand-alone EEU and/or CEU) as may be required Spares for radar components Power distribution equipment and systems for radars deployed in forward-based configurations (requirements vary by location) Radar Support Trailers (RST) (performance specification exists) The RST provides the forward-based AN/TPY-2 Radars a remote site operations center which directly interfaces with the EEU. Fleet refurbishment and upgrade activity � Note: Manufacturers of the AN/TPY-2 Radar are required to complete the MDA/Quality Production Readiness Validation process prior to production. 4. Warfighter Support � Support for wargames and exercises planning, execution, and analysis for all MDS ground-based sensors (SBX, ANTPY-2, UEWRs, and CD).� MDA/SN anticipates the following types of support on an annual basis. Large Event Support (one event per year):� SME support in pre-event analysis that indicates detailed expected system behavior during event execution, an execution support plan with subsequent event support, and post-event analysis that can be used to validate the pre-event analysis, and any requested post-event reporting. Medium Event Support (four events per year): SME support in limited or reduced pre-event analysis that indicates high-level or narrowly-focused expected system behavior during event execution, an execution support plan with subsequent event support and post-event analysis that can be used to affirm system behavior, plus any requested post-event reporting. Small Event Support (six or more events per year):� SME support in a question/answer role during pre-event meetings or set-up, may participate or be on-call during execution, and be in an advisory capacity for post-event analysis. Provide MDA Test Event and Real-World Event (RWE) analysis briefings to WFs. Estimate three test events per year Two meetings for each major test event Six RWE briefings for each major test event Provide support for Operational Mission Plan (OMP) Development. Support OMP Development Technical Interchange Meetings (TIMs) Provide analysis needed to support WF and development equities Provide Education Sessions (ES) to BMD WFs on Sensor capabilities, upgrades, and performance. ES can include education support for new capability deliveries, operations support to the sensor managers during test operations and SME support for Tactics, Techniques and Procedures review One, week-long ES per the Army Air and Missile Defense Commands (AAMDC) per year at any of the AAMDC OCONUS locations Up to four, five-day ES events in CONUS Provide support for development, fielding, and sustainment of the Forward-Based Mode (FBM) Planner Tool. Develop training materials for Planner operation Assist in deployment to Combatant Command (COCOM) and Service users Initial set-up and training Assist User organizations in developing recurring and sustainment training Provide training for upgrades to Planner capability Providing reach-back support for Users as the initial contact point for Planner issues. � Instructions for Submissions:� No later than the 60 calendar days from the release date of this RFI, respondents are invited to prepare and submit the following (Classified information is not requested in responses): Executive Summary (not to exceed 5 pages or slides, excluding 1.d. below) that includes: A summary matrix indicating interest in one or more of the four major requirement areas (or subsets thereof) listed above.� Indication if the respondent possesses a facility clearance and to what level. Descriptive Data: Company Name Point of Contact Address Telephone and Fax Numbers E-mail Address DUNS Number CAGE Code and/or Tax ID Number Business Size Standard and applicable North American Industry Classification System (NAICS) codes Indicate whether Government Furnished technical data, computer software or computer software documentation would be required in order to facilitate the execution of the capabilities identified in response to this RFI.� List and describe this data (does not count toward page limit for Executive Summary). For each major requirement area (or subset thereof) identified above in which the respondent expresses capability/interest, submit: White paper (not to exceed 10 pages) that discusses respondent�s capabilities, associated risks, and mitigation strategies to support the requirement areas identified in the Executive Summary.� Note:� Risk mitigation strategies should address but are not limited to: Production of AN/TPY-2 Radar system components given the list provided for 1.d. above. Maintenance and repair of weapon system components and facilities given the list provided for 1. d. above.. Mitigation of any learning curve impacts (trained personnel, maintenance, and situational awareness, etc.). A capability brief discussing (not to exceed 15 slides) the respondent�s capabilities to perform the requirement area(s) (or subsets thereof) identified in the Executive Summary and relevant experience. The brief should include: �A schedule estimate highlighting initial capability delivery/availability. �If your response addresses a subset of a requirement area identified in the Executive Summary versus the entire requirement, address how any seams/gaps would be mitigated. Description of any experience with MDA Mission Assurance Provisions (MAP) and Parts, Materials and Processes (PMP) compliance. Description of any experience with configuration management processes and tools during development, production, and O&S. Identification of any software Capability Maturity Model Integration (CMMI) designations If responding as a team, describe the team�s probable membership, organization, and approach. Responsible small businesses responding to this RFI are expected to demonstrate compliance with the Limitations on Subcontracting Clause of FAR 52.219-14 (DEVIATION 2020-O0008) by articulating the portions of work that the small business intends to perform as well as articulate the portions that subcontractors or teaming partners (if applicable) will perform.� Responses must include business size and business socio-economic category of all subcontractors or teaming partners identified to perform work associated with {one or more of} the NAICS applicable to the requirements of this acquisition.� The prime small business responding to this RFI must include their past experience in managing subcontractors on similar requirements, and include subcontractor or teaming partners past experience applicable to requirements specified in this RFI. Contracting Office Address: Missile Defense Agency, MDA-DACX Building 5224, Martin Rd Attn: VBIII, Redstone Arsenal, AL, 35898, UNITED STATES Point of Contact(s): Jamaya Smith, Procuring Contracting Officer, Ground Sensors Email:� Jamaya.smith@mda.mil �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b6b3f10957934083b26758f0638b56cb/view)
 
Place of Performance
Address: Redstone Arsenal, AL 35898, USA
Zip Code: 35898
Country: USA
 
Record
SN05686646-F 20200612/200610230159 (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 |
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.