Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 07, 2021 SAM #7097
MODIFICATION

A -- Request for Information - Specialized Development, Sustainment, and Operations

Notice Date
5/5/2021 2:08:22 PM
 
Notice Type
Sources Sought
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
MISSILE DEFENSE AGENCY (MDA) HUNTSVILLE AL 35898 USA
 
ZIP Code
35898
 
Solicitation Number
MDA21BCRFI02
 
Response Due
6/4/2021 1:00:00 PM
 
Archive Date
06/19/2021
 
Point of Contact
Sharon J. Hall, Phone: 2564500709, Samuel Cornelius, Phone: 2564502821
 
E-Mail Address
sharon.hall@mda.mil, samuel.cornelius@mda.mil
(sharon.hall@mda.mil, samuel.cornelius@mda.mil)
 
Description
The Missile Defense Agency (MDA) is responsible for developing an integrated Missile Defense System (MDS), integrating land, sea, air, and space-based assets to defend the United States, deployed forces, and friends and allies from missile attacks. The MDA is further responsible for delivering MDS capability with 24/7/365 support across multiple combatant commands and national leadership for strategic, regional, and operational levels. MDA has a continuing need for the research, development, test, evaluation, and integration of MDS components. These activities include BMDS testing, warfighter training, and operations support for multiple MDA directorates and Combatant Command requirement owners in a Concurrent Test Training and Operations environment. To successfully plan and execute these requirements, MDA requires an agile, high performing team that understands the complexities of a dynamic Research, Development, Test, and Evaluation (RDT&E) environment and can integrate the breadth of requirements and performance competencies across: Research, Development, Test and Evaluation Systems Engineering BMDS Mission Operations BMDS Testing Modeling and Simulation The MDA has a requirement for the continued provision of highly specialized services for the following major mission areas: Missile Defense Space Warning Tool (MDST) Ballistic Missile Defense (BMD) International Simulation (I-Sim) Threat model development and production of credible threat data Tactical Emulation Software-in-the-Loop Assessment MDST Operations Key last mile integration activities for BMDS Position, Navigation and Timing (PNT) architectures Radar support Satellite operations support The intended outcome of this Request for Information is to determine if interested sources capable of satisfying the Agency�s requirements exist; specifically the capability to design, develop, test, and field new capabilities to support MDA commitments to the Warfighter as well as to maintain/sustain the current and future fielded capabilities.� This RFI is issued solely for market research � 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 MDA to establish a contract for any supply or service whatsoever.� Further, the MDA is not seeking proposals nor will it accept proposals. The information provided may be used in developing an Acquisition Strategy, Statements of Work, Statements of Objectives, or Performance Work Statements. Participation in future Agency transactions and procurement opportunities is not contingent upon responding to this RFI. It is the responsibility of the potential respondents to monitor this site for additional information pertaining to this requirement. Responses must follow the following guidelines:� All responses are limited to no more than (20) twenty 8.5 inch X 11 inch pages using Times New Roman 12 pt font, with 1 inch margins on top, bottom and sides (11 inch X 17 inch foldouts shall be counted as two pages). �Responses must include a cover page, table of contents, and acronym list. Addendums may be added to meet the MDA's request for additional cost detail (No more than 2 pages - top level Rough Order of Magnitude of the technical work described in submission to include, but not limited to, all anticipated non-recurring engineering costs) (see b. below). The cover page, table of contents, acronym list and addendums will not count against the (20) twenty page RFI response limitation. Responses must provide the following information: The cover page should contain: Respondent�s profile to include respondent�s name and address, number of employees, annual revenue history, office locations, DUNs number, cage code, NAICS code, current business status (large or small), small business category (if applicable), applicable socioeconomic status, primary and one alternate point of contact, and telephone and email addresses. For all email correspondence, please use the following subject line: MDA21BCRFI02 Specialized Capabilities. Respondents should submit a Capability Statement with an explanation that supports why they should be considered a responsible source. Capability statements must include a feasible schedule with the plan demonstrating the ability to deliver capabilities in conjunction with timelines/events identified above in paragraphs 2.1-2.6. Description of the respondent's recommended approach to transition work from the current capability to ensure successful delivery of capabilities identified above in paragraphs 2.1-2.6. What Government furnished technical data, computer software, computer software documentation, programmatic or operational information the respondent perceives as necessary to perform the requirement? A recommended contract construct for this effort. This includes, but is not limited to, number of contracts (recommended breakout of work), contract type, and incentive and fee structures. Include the rationale for each recommendation. The prime small business contractor responding to this RFI should include past experience in managing subcontractors on similar requirements and, if applicable, include subcontractor or teaming partners� experience applicable to requirements specified in this RFI. Small businesses planning teaming arrangements to meet the support requirements listed above should articulate the portions of work that the prime small business intends to perform as well as articulate the portions that subcontractors or teaming partners (if applicable) will perform.� Responses should include business size and business socio-economic category of all subcontractors or teaming partners identified to perform work associated with the NAICS for this RFI.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/cb7e94b4ccfc43c5a754d3f9435df16e/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05991727-F 20210507/210505230110 (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.