SOURCES SOUGHT
A -- Request for Information - Capability for sensor integration & engineering support of AN/SPY-6(V)1 & 4 Air & Missile Defense Radars into Ballistic Missile Defense 6.x and 5.x Weapons systems and fielded BMD 5 & 4 weapons systems.
- Notice Date
- 5/19/2021 9:09:39 AM
- 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
- MDAA21ABRF101
- Response Due
- 6/3/2021 7:00:00 AM
- Archive Date
- 06/18/2021
- Point of Contact
- MDA21ABRF101, Christopher H. Beck
- E-Mail Address
-
MDA21ABRFI01@mda.mil, Christopher.H.Beck@mda.mil
(MDA21ABRFI01@mda.mil, Christopher.H.Beck@mda.mil)
- Description
- Agency: �Missile Defense Agency (MDA) Office: �Sea-Based Weapon Systems (AB) Location: �MDA-DLGN NAICS: �541715 Research and Development in the Physical, Engineering and Life Sciences PSC: �(AC24) Notice Type: �Sources Sought 1.1 Overview: �Pursuant to FAR Part 10, in support of Missile Defense Agency (MDA) Sea-Based Weapon System (AB) development and deployment, MDA seeks potential sources capable of executing sensor integration and engineering support of activities associated with the development, integration, and testing of the AN/SPY-6(V)1 and AN/SPY-6(V)4 Air and Missile Defense Radars (AMDR) into the Ballistic Missile Defense (BMD) 6.x and BMD 5.x weapon systems and in support of the fielded BMD 5 and BMD 4 weapons systems.� Specific tasking includes software and regression testing; BMD In-Service Sustainment, Logistical, and Production Support; Concept Studies, feasibility analysis, Modeling and Simulation, support to Baseline (BL) 10 combat system integration and testing, and Test and Evaluation activities; Sea-Based Terminal (SBT) and Glide Phase Interceptor capability integration with AN/SPY-6 Future Baseline Development, including Program planning, Concept Development, Functional Baseline Development. Requires Special Access Program, and Cybersecurity support. 1.2 Disclaimer:� This Request for Information (RFI)/Sources Sought Synopsis, Inquiry Number: �MDAA21ABRF101, is issued for information and planning purposes in support of Market Research only and is not a Request for Proposal (RFP), Invitation for Bid, or an obligation on the part of the Government to acquire any products or services.� Any unsolicited proposal submitted in response to this RFI will not be considered.� 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.� The information provided may be used in developing an acquisition strategy, statement of work, statement of objectives, or performance work statement.� Some information resulting from this RFI may eventually be included in one or more RFPs, which will be released to industry.� Proprietary information should be appropriately marked; unmarked information will not be treated as proprietary. 2.� Background: �MDA/AB is the naval component of the MDA's Ballistic Missile Defense System with capabilities currently deployed on Aegis Cruisers and Destroyers. �BMD BLs currently in-service include BMD 3.6, BMD 4.1, and BMD 5.1.� Baselines being development include BMD 5.1.x and BMD 6.0.� BMD 6.0 builds on the BMD 5.1 capability and integrates the Aegis Weapon System with the AN/SPY-6(V)1 AMDR aligning with Navy efforts to field DDG Flight III ships. 3. Requirements: 3.1 Required capability listed below supports the following MDA/AB Programs: �MDA/AB Weapon System Program, MDA/AB Engineering Directorate, MDA/AB Sea-Based Terminal Program, MDA/AB Glide Phase Interceptor Program and MDA/AB Cybersecurity Directorate. �Specific supporting tasks include, but are not limited to; 3.1.1 Sensor integration and engineering support of development activities associated with the development, integration, and testing of the AN/SPY-6(V)1 and AN/SPY?6(V)4 AMDR into the BMD 6.x weapon system, to include software and regression testing; � 3.1.2 Participate in and utilize existing Modeling & Simulation programs for software development and integration of BMD 6.x. Analyze and report results.� 3.1.3 Aegis BMD 5.x and 4.x In-Service Sustainment Support Services. �Aegis BMD 5.x/6 Production Support Services. 3.1.4 MDA-unique AN/SPY-6 Radar Systems Engineering, development, integration and testing supporting BMD 6 / Aegis Baseline 9 & 10 (BL9 & BL10) development. 3.1.5 BMD-related AN/SPY-6 radar Systems Engineering for BMD 6 Phase 0 / Aegis Baseline 10 Phase 0 development. 3.1.6 Concept development, feasibility analysis and requirements engineering activities. 3.1.7 Program management and system engineering support to MDA/AB SBT Program, U.S. Navy and MDA efforts for SBT Capability integration with AN/SPY-6. 3.1.8 AN/SPY-6 sensor integration and engineering support for Glide Phase Interceptor development activities. 3.1.9 Support Targets of Opportunity identified by the Government in the Test Officer Schedule including all flight and ground tests. �Support all relevant testing as shown in the MDA Integrated Master Test Plan in accordance with the MDA flight and ground test Concept of Operations. 3.1.10 Provide Cybersecurity support associated with MDA/AB activities supporting the Authorization and Assessment and Computer Network Defense of Information Systems associated with BMD 6 and AN/SPY-6. 3.2 Interested persons may identify their interest and capability to meet the requirement in their response. 4. �Other Information: 4.1 Scope of work aligns with North America Industry Classification System (NAICS) Code: �541715 Research and Development in the Physical, Engineering and Life Sciences. 4.2 Contractor will be expected to provide qualified personnel capable of performing highly technical efforts, to include but not limited to, engineering, design, development, coding, integration, and test.� Contractor needs to demonstrate performance in program and project management, to include risk management, and efficient business operations processes and practices is expected, while application of effective system and program security measures is also required. �Services required are highly specialized, and support the continued development, modification, testing, fielding, sustainment engineering, software maintenance and training of highly complex, cutting edge military radars and integration of these systems into the MDA/AB weapons systems. �Knowledge and experience required pertains to access to the current AN/SPY technology insertion activities, excursion studies, design and upgrade details, testing plans and past results, ongoing engineering activities and combat systems integration. �MDA is interested in those who already possess the requisite expertise, knowledge, experience and facilities necessary to meet these requirements without unacceptable program delays. 4.3 Access to remote and on-site expert support will be required. 5. Requested Information: 5.1 The Government is requesting interested sources provide a white paper containing sufficient information to demonstrate recent experience (within four years) of providing effort to meet the capabilities as noted in Section 3 of this RFI.� Interested sources should clearly indicate whether their company can perform some or all of the aforementioned requirements in their responses.� In addressing demonstrated capabilities against Section 3 of this RFI, responses shall not exceed 10 total pages and shall include previous scenarios and examples of past projects and deliverables that demonstrate experience and success in each interest area.� Pages in excess of the 10 page limit for Section 3 will not be reviewed.� If a particular interest area falls outside of previous experience, it should be acknowledged as being new and include a description of how it would be approached. 5.2 In addition to providing a response for Section 3, interested sources must also address the following Market Survey Questionnaire: a.� Administrative Information 1) �Company Name 2) �Mailing Address and Website 3) �Commercial and Government Entity (CAGE) Code 4) �NAICS number, with associated Business size and eligibility under U.S. Government social-economic programs and preference (i.e., type of�business -large, small, small disadvantaged, women-owned, veteran-owned or 8(a)) 5) �Data Universal Numbering System (DUNS) number 6) �Location of facility(ies) 7) �Subcontracting Plan (if applicable) b. �Person(s) Responding to RFI 1) �Name 2) �Title 3) �Company Responsibility/Position 4) �Telephone Number/Fax Number 5) �Email Address c. �Security 1) �Does the company have a Facility Security Clearance (FCL)?� If yes, what FCL level is granted by the Defense Counterintelligence and Security Agency? 2) �Do you have a Facility Security Officer? �If yes, provide contact information. 3) �Is your company foreign owned, either directly or indirectly?� If yes, what is the country of origin and is the company fully or partially foreign owned? 4) �Do you have foreign national employees?� If yes, what is the country of origin? 5) �Has your company implemented an Operations Security Plan? 6) �Does your company have experience with Program Protection planning? 7) �Is your company currently able to transmit unclassified data in accordance with U.S. Government data encryption requirements? 8) �Does your company have experience with compliance of DD Form 254 - Contract Security Classification Specification?� If yes, what procedures does your company use to enforce DD Form 254 compliance with subcontractors? 9) �Does your company have the ability to operate and maintain a secure shared data collection site (manpower, estimate labor hours, contract deliverables, etc.) between contractor and Government?� If yes, what systems are used? 10) �Any potential sources shall have, at a minimum, a valid accreditation from the Defense Intelligence Agency, or equivalent accreditation authority, at the TOP SECRET/Sensitive Compartmented Information (TS/SCI) level with TS/SCI safeguarding capability. The following questions shall also be answered as part of your submittal: i. �Does your company have an accredited Sensitive Compartmented Information Facility (SCIF) and Letter?� If yes, who is the accreditation authority? ii. �When does the SCIF accreditation expire?� Please provide a copy of the accreditation. iii. �Does your company have experience with Special Access Programs? d. �Core Competencies/Core Lines of Business for DOD-centric Research and Development. Briefly describe your company's demonstrated core competencies or existing lines of business under the realm of DOD Research and Development. Interested sources may only provide one submission per Commercial and Government Entity (CAGE) code.� Multiple capabilities may be submitted within one submission.� All capabilities must be provided within the confines of the page limits provided in Section 5 above.� If your company has different business sectors which hold different CAGE codes, each sector can submit a capability package.� In addition, each CAGE code must provide separate facility clearance documentation.� If teaming, use the Prime Contractor's CAGE code in the response. e. �All responses must be in electronic format and emailed to MDA21ABRFI01@mda.mil.� All responses must be received no later than Two weeks from the date of posting, 10 AM EDT. �Responses shall be marked as follows: �MDA21ABRFI01, and include the solicitation number included in paragraph 1.2 above.� Responses shall be in typed format, font style Times New Roman, no smaller than 12 point font.� The responses should contain the following information: RFI Title Vendor company name Address Vendor point of contact name Email address Vendor phone number Vendor DUNS number Business size A list of all NAICS codes as identified in the System for Award Management f. �Questions concerning this RFI should be submitted electronically to MDA21ABRFI01@mda.mil. �Email correspondence should include MDA21ABRFI01and the RFI number in paragraph 1.2 above.� All information received in response to this RFI that is marked proprietary will be handled accordingly, and responses to this RFI will not be returned.� An electronic acknowledgement of the vendors RFI response submission will be provided.� If you do not receive an acknowledgement within one work day please email MDA21ABRFI01@mda.mil to ensure successful delivery. g. �No funds have been authorized, appropriated, or received for this contemplated effort and no reimbursements will be made for any costs associated with providing information in response to this announcement and/or any follow-up information requests.� All costs associated with responding to this RFI will be solely at the responding party's expense.� Any subsequent actions resulting from the evaluation of the information provided in response to this RFI may be synopsized at a future date.� If synopsized, information detailing the specific requirements of this procurement will be included.� Not responding to this RFI does not preclude participation in any future RFP, if issued.� If a solicitation is released, it will be synopsized on the System for Award Management website at https://www.sam.gov.� It is the responsibility of the potential respondents to monitor these sites for additional information pertaining to this requirement.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/9054792286c24194ab3bd3f403d841bf/view)
- Place of Performance
- Address: Dahlgren, VA 22448, USA
- Zip Code: 22448
- Country: USA
- Zip Code: 22448
- Record
- SN06007539-F 20210521/210519230120 (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 |