Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 08, 2023 SAM #7863
SOURCES SOUGHT

14 -- Missile Defense Agency (MDA) Standard Missile-3 (SM-3) Program Request for Information

Notice Date
6/6/2023 2:01:17 PM
 
Notice Type
Sources Sought
 
NAICS
336414 — Guided Missile and Space Vehicle Manufacturing
 
Contracting Office
MISSILE DEFENSE AGENCY (MDA) HUNTSVILLE AL 35898 USA
 
ZIP Code
35898
 
Solicitation Number
MDA23ABRFI02
 
Response Due
6/21/2023 2:00:00 PM
 
Archive Date
06/22/2023
 
Point of Contact
Amy Roark, Phone: 2564501781
 
E-Mail Address
amy.roark@mda.mil
(amy.roark@mda.mil)
 
Description
Missile Defense Agency Standard Missile-3 (SM-3) Program Request for Information Agency: �Missile Defense Agency Office: �SM-3 Guided Missile Program Contracting Office Address: �17211 Avenue D, Suite 160, Dahlgren, VA 22448-5184 Subject: �SM-3 Block IB and IIA Missile Production NAICS:� 336414 � Guided Missile and Space Vehicle Manufacturing PSC: �1410 RFI Number:� MDA23ABRFI02 Notice Type:� Request for Information Synopsis: 1. �Description:� In accordance with Federal Acquisition Regulations (FAR) 10.001(a), FAR 5.201, and Defense FAR Supplement (DFARS) 210.001(a) the Missile Defense Agency (MDA), is conducting market research to determine industry interest and capability for the Standard Missile-3 (SM-3) Block IB and Block IIA Program.� The requirement is for production and delivery of SM-3 Block IB and SM-3 Block IIA All-Up-Rounds including production control and operations support, cost management, advanced engineering support, analysis, configuration and data management, cyber security, quality assurance, safety, hazardous material control and management, parts, material and process management, supplies, logistics, obsolescence monitoring and mitigation, testing, spares and software quality assurance.� Data collected from this Request for Information (RFI) may support a sole source procurement if there is no other industry interest or capability to perform in these areas. MDA will utilize responses received to evaluate acquisition alternatives that may include competing all or portions of future SM-3 work.� The MDA Guided Missile Program (ABG) anticipates contracting for future work to begin in 2026 and continue for up to 9 years. �This RFI is intended to help MDA/ABG:� Assess the current marketplace and existing industry capabilities to deliver SM-3 capabilities that meet specifications; Obtain recommendations from industry on the contract duration/period of performance, acquisition strategies and approaches (including contract and incentive structures) that are available to support SM-3 Program requirements; Identify and assess the major risks to the acquisition; Identify and mitigate any potential barriers to competition; Determine industry data/information needs to support proposal preparations; Outline program cost, cost drivers, potential cost impacts and risks; and Identify areas that could be set-aside for small business � This RFI is for informational planning purposes only and does not constitute a Request for Proposal (RFP), nor is it to be construed as a commitment by MDA.� As such, this notice is not a request for competitive proposals.� The MDA invites any industry contractor that reasonably believes it can satisfy the Government need (or part of the need) to respond to this RFI in accordance with the submissions outlined below. �Submissions may be used as part of the future RFP.� Classified information shall not be contained in the response.� Any proprietary information provided shall be properly marked.� The Respondent�s information/documents should be complete, informative, and demonstrate clear competencies and expertise in managing, executing, and delivering qualified SM-3 requirements.� � 2.� Background:� The MDA develops and fields an integrated and layered, Missile Defense System (MDS) to defend the United States, its deployed forces, allies, and friends against all ranges of enemy ballistic missiles in all phases of flight.� Aegis Ballistic Missile Defense (BMD) is the naval component of the MDS and builds upon the Aegis Weapon System, Standard Missile, Navy and joint forces� Command, Control and Communication systems. �In recognition of its scalability, Aegis BMD is keystone in the European Phased Adaptive Approach. �The mission of the SM-3 Program is to arm the strategic warfighter to defend against short to intermediate-range, unitary and separating, midcourse-phase, ballistic missile threats, now, and in the future.� SM-3 variants are multi-stage missiles using hit-to kill technology to destroy enemy missiles.� 3. �Requirements:� Capability statements shall not exceed 10 pages and only contain unclassified information.� For each of the scope requirements and considerations identified below, if the respondent has similar experience or historical information available, MDA requests that responses include the below information within the requirement/considerations: SM-3 Production, Integration, Testing and Delivery: The advanced efforts are needed to address obsolescence issues in order to satisfy reliability, producibility, availability, and maintainability requirements.� MDA is seeking a source to deliver: �a) material for systems engineering, test equipment, ground and flight test analysis, along with documentation support and assistance for the SM-3; b) post flight test mission assessment engineering support; c) conduct studies and implement findings for process and product improvements; d) systems architecture and analysis support; and e) foreign military sales engineering support. If your firm completed a similar effort, provide background on your overall approach that could be leveraged.� Respondent must demonstrate specific ability to design, develop, conduct component and vehicle assembly level tests to validate designs, and to later provide support when the integrated missile is flown as part of interceptor flight-testing.� Describe your industry production capacity and capabilities to support design, integration, and flight-testing of the SM-3s.� This requirement will also include documentation support and assistance for the SM-3 missile and provide performance and compliance of MDA quality, safety, and mission assurance standards.� Interested contractors must also have Top Secret Facility clearance.� MDA is seeking to promote competition, so alternative component solutions may be considered if SM-3 requirements can be met, designs have been qualified through testing, and a qualified manufacturing line has been demonstrated.� General Program and Contract Management: SM-3 existing data rights are limited to Government Purpose Rights to technical data from the contractor and its subcontractors/suppliers for SM-3 components, hardware, software, and the Interface Control Documents for major subassemblies and the special tooling and test equipment needed for integration.� State whether you will assert any claims of limited or restricted rights for MDA as part of your contract proposal (guided by DFARS requirements for types of technical data), such as contract data requirements lists, technical drawings, software, and hardware.� DFARS defined categories of data rights are: �a) Unlimited Rights; b) Government Purpose Rights; c) Limited Rights (Technical Data); d) Restricted Rights (Computer Software); and e) Special License Rights.� If the Respondent has similar or historical information available, MDA requests: �a) Contract number; b) title and objective of contract; c) contracting agency and point of contact information; d) period of performance; e) value of contract; f) type of contract (e.g., fixed price, cost reimbursement); g) accomplishments of effort (products furnished or services provided); and h) recommended command media and best practices/concepts employed.� 4. �Submissions:� Interested parties are requested to provide an information package in a Microsoft Word and searchable Portable Document Format ""PDF"" delivered to the attention of the Procuring Contracting Officer, Amy Roark, at amy.roark@mda.mil, consisting of the following: Capability papers shall not exceed 10 pages and shall not contain any classified information.� Capability papers may include a Table of Contents, List of Tables/Figures, and Acronyms List, which will not count against the maximum page limitation.� Papers shall be single-spaced, minimum 12-point Times New Roman, and describe corporate experience and/or relevancy in the areas described in the requirements scope.� Do not submit generic corporate marketing materials for this RFI; it will not be reviewed by MDA.� A Programmatic Response Paper of no more than seven pages, single spaced, minimum 12-point Times New Roman to address the following acquisition strategy related questions: A profile of your company, including:� Company Name, Point of Contact, Address, Telephone and Fax Numbers, Email Address, DUNS Number, CAGE Code and/or Tax ID Number, Facility Clearance Level, and all applicable socio-economic business/company profile (e.g., Large/Small Business (SB), Small Disadvantaged, 8(a), 8(m) (both Woman Owned SB and Economically Disadvantaged Woman Owned SB), Tribally Owned entity, Alaskan Native Corporation, Hawaiian Owned Organization, Service Disabled Veteran Owned SB, Historically Underutilized Business Zone, (HUBZone) SB, other, etc.).� Respondents and/or Prospective Offerors (if a solicitation is issued) and its subcontractors/suppliers must be U.S. firms/businesses and not foreign owned, controlled, or influenced.� What would your upfront investments and facility requirements be prior to SM-3 developmental activities? What are your special tooling needs for SM-3 development, fabrication, sustainment and integration What special test equipment do you have available to support SM-3 development, fabrication, sustainment and integration? What would your recommended contract duration/period of performance and option/award terms be to recuperate upfront investments, costs, to ensure a stable, viable workforce, etc.? What aspects of your RFI response could be considered for a Fixed Price Arrangement type CLIN? What are the potential barriers to competition for this effort (e.g., availability of data, availability of models and simulation, software, facility, industry base, labor, supply chain, inflation etc.)?� Do you foresee any barriers to competition and/or entry (i.e., non-compete agreements, no-bid agreements, other non-related contracts) that would prevent your corporation/company from competing for or being awarded a contract for all or any specific portion of future SM-3 requirements?� If yes, does this preclude your corporation/company from competing for future SM-3 contract actions as a prime, or otherwise limit your participation as a subcontractor? If MDA decides to issue a formal solicitation (RFP) for this effort, what is the minimum length of time necessary to prepare a proposal?� Please be aware that MDA prefers a 45-60 calendar day proposal development timeline. Describe how your contract change order process has been used on other large weapon systems programs to expedite contract actions and provide agility, flexibility, and drive down costs. Does your company have a Government approved accounting system?� Provide examples of how you applied effective cost control measures to achieve cost savings and results on large weapon systems programs.� MDA values the important contributions the small business industry base makes to the development, deployment, and support of the MDS and intends� to pursue contracting strategies that leverage those capabilities.� The goals of small business utilization on the SM-3 Program include enhancing the performance capabilities of systems, improving responsiveness and quality, incorporating innovative technologies and approaches, where applicable, and reducing costs.� Describe the small business approach you have executed under similar efforts that promoted these types of MDA goals.� What opportunities do you see that could be set-aside for small businesses?� Does your company have a DD Form 254 with MDA contracts or with another Department of Defense Agency?� Please provide your Facility Security Officer�s contact information. If MDA decides to issue a formal solicitation (RFP) for this effort, state whether the company will assert any claims of limited or restricted rights for MDA as part of your contract proposal (guided by FAR and DFARS requirements for types of technical data), such as contract data requirements lists, technical drawings, software, and hardware.� Based on the level of interest and the apparent capability of industry to perform in these areas, MDA reserves the right to develop an acquisition strategy to pursue a solicitation.� MDA may request follow-up information and/or capability presentations from RFI respondents as needed, as a result of the information received from this RFI.� The purpose of these follow-up questions and discussions is for MDA to better understand the market capabilities in relation to the various acquisition strategies available for this effort.� Information received from follow-up questions and presentations is considered part of the overall market research activity and will be conducted in accordance with FAR Subpart 15.201. 5. �Instructions: Address all Informational Packages and questions concerning this RFI in writing via e-mail to the Procuring Contracting Officer, Amy Roark, at amy.roark@mda.mil. To help aid with developing responses and understand MDA/AB and the SM-3 Guided Missile Program Office (ABG), please go to www.mda.mil, and specifically www.mda.mil/system/aegis_bmd.html.� In accordance with the Paperwork Reduction Act, RFI submissions will only be accepted electronically.� Responses to this RFI are due no later than June 21, 2023 at 5:00pm EDT.� All submitted information will be handled according to applicable markings.� MDA will only accept unclassified responses. �Classified information shall not be contained in the response. Industry is encouraged to respond with information not constrained by proprietary data rights.� If proprietary data is included in the reply, the respondent is responsible for appropriate markings.� Participants are responsible for adequately marking proprietary information contained in their response, and any proprietary information MUST be marked as such on a paragraph-by-paragraph basis.� MDA intends to use third party, non-Government (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 non-disclosure agreements have been executed between the third party, non-Government (contractor) support personnel, and the Government, and are on file with MDA.� Submission of a response to this RFI constitutes the participant�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. The resultant knowledge gained will enable MDA to achieve the best value acquisition of SM-3 systems, commodities, components, technologies, capabilities, or services to fulfill its complex mission.� Approved for Public Release������ 23-MDA-11509 (06 June 2023)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d99807d26cb449288e2b8c012fee2fd1/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06706439-F 20230608/230606230124 (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.