Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 08, 2021 SAM #7098
SOURCES SOUGHT

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

Notice Date
5/6/2021 2:26:51 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 Major Mission Area Descriptions: The information below provides an overview of the major mission areas that are included in this RFI.� Respondents may provide information in some or all of the areas identified in section 2.1-2.5 below. approaches to develop, integrate, and sustain new capabilities into the MDS; � approaches to develop portions of the capability and integrate the entire overall MDS, including portions from other vendors; � approaches focused on providing development of some capabilities, with another vendor integrating those capabilities into the overall MDS. Radar Support � Perform mission planning, support, and radar data analysis for Aegis BMD missions. Support is required by the attendant radar subject matter experts (SME) with unique knowledge of each individual radar system, to formulate pre-mission range radar planning and performance predictions, real-time mission support, and preparation and delivery of post-mission deliverables. This mission requires the contractor�s support at, and unique knowledge of, various Pacific Missile Range Facility radar assets including Radar Open System Architecture (ROSA), and Digital Receiver Coherent Signal Processor (COSIP) systems. The mission support and analysis task for all flight tests comprises three phases: pre-mission data collection planning, on-site radar mission support and post-mission radar analysis.� Specific knowledge and familiarity of the radar systems used is necessary to provide this support.� The mission support for all missions is described below: Pre-Mission Analysis - Prior to the on-site period the contractor shall participate in all relevant pre-mission planning meetings and telecoms and shall develop and submit a mission radar support plan to the test director. Pre-planning activities may include travel for one in-person contractor�s meeting at a location to be selected by the test director. On-site Support - On-site mission support shall require one analyst, with specific knowledge of the particular radar, on-station at each of the aforementioned radar sites. Activities shall include dry run and dress rehearsal days through mission day and/or including any backup days necessary as determined by the test director. Daily tasking may comprise communication of pre-mission data collection objectives to the operators, mission training as necessary, monitoring of sensor performance during pre-test events, and on mission day witnessing of the real-time event to aid post mission analysis and reconstruction of the events as they occurred. Post mission, the analysis team will prepare the initial 48-72 hour report of the initial findings. The lead analyst to present the data at the Combined Analysis Data Review I (CADR-I) stakeholder meeting. Post-Mission Analysis - Post-mission offsite work shall be conducted at the contractor�s facilities over a period of weeks and months following the test event. The Operating Requirements document and Integrated Data Management Plan provide guidance as to the data reports to be provided and the submittal intervals for each data item. Post mission briefing support - The final report shall be presented at the CADR-II meeting, typically held 45 to 60 days following the flight test, at a location selected by the test director. Data Archival - Independent of mission analysis support, the contractor shall maintain the classified library of Aegis flight test data and reports and manage security maintenance of the Government Furnished Equipment (GFE) analysis workstations. Maintenance of the data library may include general administrative management of the Aegis classified holdings, preparation for annual Defense Security Service audits, and responding to audit findings as appropriate. Maintenance of the GFE analysis workstations shall consist primarily of weekly, monthly, and annual virus file updates and IT audits as prescribed in the approved System Security Plan.� Frequency - This support is required for up to 5 missions per calendar year between 2023 and 2026. � �Position, Navigation, and Timing Services Provide Positioning, Navigation, and Timing (PNT) services to MDS RDT&E and operational elements. The team's focus is providing three types of capabilities for our customers: 1) Common Last Mile Integration (CLMI), 2) Persistent Test Asset (PTA), and 3) Test Asset Fly-Away Kit (TAFAK). CLMI is an MDA system that distributes time and frequency signals sourced from DoD Regional Clocks (DRC) and Global Positioning System inputs in the time and frequency format required by subscribing customers. CLMI is deployed to sites in the Continental United States (CONUS) and Outside Continental United States (OCONUS) to support sensors, shooters, and command and control functions. The CLMI architecture is designed to pull time and frequency from two authoritative Department of Defense (DoD) sources and provide redundant and resilient service to connected systems. CLMI is primarily composed of Microchip (previously Microsemi) 6501 master and 6511 slave components) along with fiber optic modems for long haul transport, anti-jam antennas, and associated connectivity. The 6501s will be replaced around the Calendar Year (CY) 2022 timeframe to the Microchip 6580 to support M-code. The PTA is a scaled down version of CLMI used for test and integration at sites without DRC for non-operational purposes.� Examples include PTAs installed at development and integration labs used for system testing and Hardware-in-the-loop (HWIL) testing. PTAs are not operational and do not require M-Code compliance, however, the plan is to also upgrade them for M-Code to maintain a consistent hardware baseline between dev/test and operations. The TAFAK is a deployable system for temporary use at a site. Examples include a timing source for testing systems at White Sands Missile Range. By the end of CY2022, the Government expects to have 15-18 operational CLMI installations, 4-6 PTAs, and 2 TAFAKs. New system deployments are highly dependent on the readiness of MDS elements, such as deployment of new AN/TPY-2 radars, readiness of the Long Range Discrimination Radar, upgrade of Ground-based Midcourse Defense homeland defense operation centers, and Command and Control Battle Management and Communications operational suites.� While the number of new installations can vary each year, the PNT team supports approximately 3-5 CLMI deployments (CONUS and OCONUS), 2-3 PTA deployments (CONUS), and 2 TAFAK events (CONUS) in a calendar year. The Global Network Operations and Security Center (GNOSC) provides 24/7/365 monitoring of operational CLMI components and notifies the PNT team of any system generated alerts. Upon GNOSC discovery of a PNT system alarm, the GNOSC alerts the PNT contractor of the alarm details allowing them PNT team to initial troubleshooting. Alarms can range from benign and safe to address the next business day to prompt return to work in order to further collect information and apply corrective actions by implementing the system continuity plan. The PNT contractor is a participant in the DoD Precise Time and Time Interval Working Group in order to synchronize PNT solutions across the community. The team also supports the Government Program Manager by briefing the MDA PNT Executive Council for the progress of PNT implementations and future PNT work at MDA. The team also supports MDS elements in preparing for CLMI integration into systems to ensure accurate time and frequency is acquired and maintained by MDS customers. Last, the PNT team supports MDA's Director of Engineering to ensure PNT requirements are injected into MDS systems and engineering standards so that each element builds their systems compliant with DoD and the Chairman of the Joint Chiefs instructions are followed. � Modeling and Simulation (M&S) Development, Sustainment, and Maintenance The M&S portfolio consists of live, virtual, and constructive simulations to provide warfighter support under the MDA approved M&S Intended Use categories of: Concept Evaluation Development Engineering Testing and Verification Assessment Training Operational Support Development, sustainment, and maintenance activities take place across the M&S portfolio under the following product lines: BMD I-Sim: low-to-medium fidelity simulation of a MDS and its components MDST: faithful representation of Overheard Persistent Infrared (OPIR) systems Threat Software: set of M&S that support production of credible threat data Tactical Emulation for Software-in-the-Loop Assessment: Emulation of tactical software in an all-digital simulation environment These product lines are managed within a DevSecOps environment, which is an organizational software engineering culture and practice that aims at unifying software development (Dev), security (Sec) and operations (Ops).� This broad set of use cases requires extensive knowledge related to emulation of real-world MDS capability that is already in production and/or under concurrent development, federation of wrapped tactical code within a full Digital architecture/framework, and production of credible threat data for use in HWIL and Digital venues.� Specific areas that require a high degree of subject matter knowledge are threat kinematic and signature (RF and IR) modeling including OPIR modeling with ground stations, and the production of credible kinematic and signature threat data. Development methodologies must be agile and scalable to support the evolving needs of the warfighter, while maintaining a compliant security posture as measured against applicable Security Technical Implementation Guides.� Special interest is placed on process maturity to provide consistent results across each development environment and M&S product.� All products are subject to DoD and MDA Verification and Validation (V&V) requirements set forth by the respective accreditation authority under each approved intended use category. The approved M&S Intended Uses and venues drive the appropriate set of Department of Defense Architecture Framework v2.02 artifacts and Contract Data Requirements Lists for each product line.� A subset of deliverables and milestones include: Integrated Baseline Review Integrated Program Management Review System Requirements Review Functional Configuration Audit Computer Software Product End Items Capability Cost Summary Report V&V plans/reports in accordance with MIL-STD-3022 Threat Model Certification Memorandums Software Assessment Report Product Roadmaps (Stakeholder Needs) Requirements Development and Management In order to accomplish the M&S objectives, the following activities must be conducted in unison: Provide Network System administration Comply with all cybersecurity requirements Ensure that M&S Software applications meet and/or exceed all Technical Performance Measures Conduct special studies relevant to the M&S Provide SME and technical support Plan and deliver annual and ad-hoc training to the stakeholder community Maintain hardware and software refresh plans Execute procurement of hardware and software across a secure supply chain MDST Operations The Government uses the MDST and various other software and hardware tools to support real world MDS troubleshooting, verification, validation, mission rehearsal, and break-fix injects to deployed ships and supporting MDS platforms 24/7/365.� As such, MDST supports equipment troubleshooting and recovery from system casualties and validates equipment operational functionality within minutes to hours of after request.� Additionally, the team executes over 500 Theater Missile Early Warning and Shared Early Warning events a year.� MDST is the only tool/simulation authorized to broadcast over the operational network. MDST is the definitive Modeling and Simulation (M&S) application providing high fidelity representations of the OPIR elements for MDA and MD Exercises, training, analysis, and system integration (engineered from tactical code). MDST is certified to broadcast tactical messages on real-world tactical communication circuits. While the Directorate for Warfighter Operational Integration operates the MDST, it is developed and maintained by the Modeling and Simulation organization...� The Warfighter Operational Integration team relies on the MDST development team to work side-by-side with operators to ensure each of the 500+ events is successfully accomplished.� Daily exchanges are required to ensure the tool and the models are working as designed.� These two teams are tightly integrated, sharing network, cyber, and system administration resources between them to provide comprehensive services to the warfighter. Satellite operations support The Government plans and conducts nanosatellite based experimentation campaigns on a cyclical basis and requires satellite operations expertise from pre-launch through operations phases.� The MDA, in partnership with other Government agencies, contractors, and Federally Funded Research and Development Center/University Affiliated Research Center participants, integrates and launches the nanosatellites.� Expertise is required throughout the pre-launch, launch, and experimentation phases to include experiment and launch planning, on-console satellite operation commanding, health and status monitoring, and maneuver execution.� Close coordination with the on-going operational pace at the Missile Defense Space Center is necessary in order to minimize interference.� Development and coordination of inputs to the variety of control boards, network coordination, and software assurance processes associated with the launch and experiment operations are key factors to successful mission execution. �It is anticipated that an experiment cycle would be run once every two years.� � Responses: 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.� Respondents may provide information in some or all of the areas identified in section 2.1-2.5 above, such as: approaches to develop, integrate, and sustain new capabilities into the MDS; � approaches to develop portions of the capability and integrate the entire overall MDS, including portions from other vendors; � approaches focused on providing development of some capabilities, with another vendor integrating those capabilities into the overall MDS. 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.� Marking: Proprietary information is neither sought nor desired by the 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., paragraph markings, image markings, or use an attachment or exhibit). Respondents are responsible for adequately marking proprietary information contained in their response.� Do not send any classified information.� The Freedom of Information Act (FOIA) and its amendments have resulted in an increasing number of requests from outside the Government for copies of contract qualifications and proposals submitted to federal agencies. If a respondent�s submissions contain information that he/she believes should be withheld from such requestors under FOIA on the grounds that they contain �trade secrets and commercial or financial information� [5 USC�552(b)(4)], the respondent should mark its submissions in the following manner:� The following notice should be placed on the title page: �Some parts of this document, as identified on individual pages, are considered by the respondent to be privileged or confidential trade secrets or commercial or financial information not subject to mandatory disclosure under the FOIA. Material considered privileged or confidential on such grounds is contained on page(s) [enter page number(s)].� Each individual item considered privileged or confidential under FOIA should be marked with the following notice: �The data or information is considered by the submitter to be confidential or privileged, and is not subject to mandatory disclosure under the Freedom of Information Act.� Response Submissions: Packages shall be submitted electronically to the Contracting Officer in Microsoft Word Format or Portable Document Format. �All responses to this announcement must be received by close-of-business 30 days after release date. Submitted information will not be returned to the interested party. The MDA may not acknowledge receipt of responses to this RFI. If a receipt is desired, potential sources should submit statements electronically and select ""read receipt request"" from electronic mail options. Communications with the MDA with regard to this RFI will be permitted only electronically to the Contracting Officer during the RFI response period, ending 04JUN21.� It is anticipated that all information submitted will be unclassified. Response Review: The MDA intends to use Government and third party, non-Government (i.e., contractor) support personnel as subject matter experts in the review of responses received, including the review of any marked or unmarked proprietary information provided. Appropriate nondisclosure agreements will be executed between the third party, non-Government support personnel and the MDA. As a general policy, contractors, which provide advisory and assistance services to the Agency, particularly in the engineering, acquisition support, and quality functional areas, cannot develop or support the development of the Agency�s procurement efforts. This separation of contractual responsibilities is critical to ensuring the Agency obtains independent and objective advice. Submission of a response under this RFI constitutes a grant of authority by the respondent to the MDA to allow access to these third party individuals to any content of the submission that may constitute material within the ambit of the Trade Secrets Act, 18 U.S.C. 1905. Respondents will not be notified of the results of any review of this RFI; however, the Contracting Officer may request clarification of submissions. �Compensation: Participation in this effort is voluntary with no cost or obligation to be incurred by the MDA. All costs associated with responding to this RFI will be solely at the respondent�s expense. No funds have been authorized, appropriated, or received for this contemplated effort. Security Clearance: The highest level of personnel and facility security classifications for this effort will be at the Secret level. Contracting Office Address: 5224 Martin Road Redstone Arsenal, Alabama 35898 United States Place of Performance: Redstone Arsenal, Alabama 35898 United States Opportunity History
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/5f348f401d1c4868b7d912737a89e8bc/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05994537-F 20210508/210506230119 (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.