SPECIAL NOTICE
A -- Special Notice - Design, Development, Demonstration and Integration II (D3I2) Q&A Posting and Domain 2 Draft RFP Information
- Notice Date
- 9/18/2023 6:59:13 AM
- Notice Type
- Special Notice
- NAICS
- 541715
— Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
- Contracting Office
- W6QK ACC-RSA REDSTONE ARSENAL AL 35898-5000 USA
- ZIP Code
- 35898-5000
- Response Due
- 9/27/2023 3:00:00 PM
- Archive Date
- 10/12/2023
- Point of Contact
- George Purpura, Virginia Adkins
- E-Mail Address
-
George.r.purpura2.civ@army.mil, virginia.m.adkins.civ@army.mil
(George.r.purpura2.civ@army.mil, virginia.m.adkins.civ@army.mil)
- Description
- Special Notice � United States Army Space and Missile Defense Command (USASMDC) Design, Development, Demonstration, and Integration II (D3I2), Domain 1 and Domain 2 Follow-on Contracts � A � RESEARCH & DEVELOPMENT� GENERAL INFORMATION� ��� �Notice Type: Special Notice � Posting of August 15, 2023 D3I2 Industry Briefing Questions & Government Answers; Notification of U.S. Government (USG) Intent to Release D3I2 Domain 2 Draft Request for Proposals (DRFP) ��� �Classification Code: A � Research & Development. DISCLAIMER THIS SPECIAL NOTICE IS TO POST USG ANSWERS TO QUESTIONS POSED BY INDUSTRY FOLLOWING THE D3I2 INFORMATION BRIEFING ON AUGUST 15, 2023. (NOTE: THERE ARE SEPARATE Q&AS FOR EACH DOMAIN; HOWEVER, SOME QUESTIONS AND ANSWERS ARE RELEVANT TO BOTH DOMAINS, SO POTENTIAL OFFERORS SHOULD REVIEW BOTH SETS OF Q&AS.)� IN ADDITION, THIS SPECIAL NOTICE IS TO NOTIFY INDUSTRY THAT THE USG INTENDS TO RELEASE THE D3I2 DOMAIN 2 DRFP FOR INDUSTRY FEEDBACK AND/OR QUESTIONS ON OCTOBER 13, 2023 (HOWEVER, SUBJECT TO INTERNAL REVIEW PROCESSES, THE GOVERNMENT MAY RELEASE THE D3I2 DOMAIN 2 DRFP BEFORE OR AFTER THAT DATE); THE USG RECOMMENDS THAT INDUSTRY START MONITORING SAM.GOV BEGINNING OCTOBER 1, 2023 FOR THE D3I2 DOMAIN 2 DRFP RELEASE. � THIS SPECIAL NOTICE IS FOR INFORMATIONAL PURPOSES ONLY. THIS NOTICE SHALL NOT BE CONSTRUED AS A SOLICITATION ANNOUNCEMENT, INVITATION FOR BIDS, REQUEST FOR PROPOSALS, OR REQUEST FOR QUOTES. THE USG IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS NOTICE.� DO NOT SUBMIT INFORMATION IN RESPONSE TO THIS NOTICE (NOTE THAT IF INFORMATION IS SUBMITTED, THE USG SHALL NOT REVIEW THE SUBMISSION AND WILL NOT RETURN INFORMATION TO THE SUBMITTER); THE USG WILL NOT BE LIABLE FOR OR SUFFER ANY CONSEQUENTAL DAMAGES FOR ANY SUBMITTED INFORMATION AND WILL NOT REIMBURSE RESPONDENTS FOR ANY COST ASSOCIATED WITH ANY SUBMISSION. A SOLICITATION IS NOT AVAILABLE AT THIS TIME, THEREFORE ANY REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE.� INTRODUCTION/BACKGROUND� In support of the U.S. Army Space and Missile Defense Command (USASMDC), the U.S. Army Contracting Command-Redstone Arsenal (ACC-RSA) is anticipating issuing a solicitation for the follow-on of the current Design, Development, Demonstration, and Integration (referred to as �Design, Development, Demonstration, and Integration II� or �D3I2�). The anticipated solicitation(s) will include a full-and-open domain (D3I2 Domain 1, referred to as �D3I2 D1�) and a 100% small-business set-aside domain (D3I2 Domain 2, referred to as �D3I2 D2�) (note that D3I2 D2 consists of a combination of the current D3I D2 and D3I D3 contract vehicles). The current D3I multiple-award indefinite-delivery, indefinite-quantity (MAIDIQ) contract vehicle is designed to satisfy recurring research and development (R&D) requirements across USASMDC and other associated Department of Defense and Federal organizations. The scope of current D3I MAIDIQ program follows an evolutionary development of systems architecture focused on a �Concept to Combat� philosophy.� It is anticipated that the follow-on D3I2 D1 and D3I2 D2 acquisitions that are the subject of this notice will be MAIDIQ contracts that will provide USASMDC with the ability to procure a broad range of space, high altitude (HA), missile defense, and other applicable Warfighter solutions in support of customers� developmental and operational requirements. The follow-on contract will encompass performance requirements that include (but are not limited to) technology gap identification, design, development, modernization, fabrication, integration, modification, and testing of limited quantity production, prototypes, systems, subsystems, components, sub-components, technologies, innovations, processes, and architectures. In addition, the requirements include delivery, product transition, fielding, sustainment, operations, and maintenance of R&D projects, R&D systems and sub-systems, and prototypes.� The types of services for the D3I2 D1 and D3I2 D2 follow-on acquisition will include (but are not limited to) the following technical support areas (TSAs) under which performance requirements will fall. D1.� TSA Space and HA. The Space and HA support area includes all aspects of military, civil and commercial space operations to include launch, space segment (platform and payload), HA segment (platform and payload), ground segment communications between the ground segment and space or HA segments (platform and payload), ground segment, space related user segment, and management of information derived from space or HA and aerial layer sources. The space support area also includes�space force enhancement, space control, space support and space force application, to include the design, development, and integration of components that are integral to conducting testing, assessments, or a development event.� TSA Missile Defense. The global integrated missile defense support area includes all aspects of missile defense (including ballistic, non-ballistic, and cruise missiles) to include detection and characterization of air and missile threats, mission command, active defense and passive defense and attack operations. This support area also includes all aspects of global strike objectives. This support area further includes offensive operations, elimination operations, interdiction operations, active defense, passive defense, weapons of mass destruction consequence management, security cooperation and partner activities, and threat reduction cooperation. D2.� TSA Enhanced Warfighter Capabilities. This area is focused on, but is not limited to, advanced technologies that have the potential to enhance current and future warfighting capabilities, addresses Army and Joint capability gaps, or provides a critical leap ahead military advantage. This TSA also includes host platforms; detection devices; counter-improvised explosive devices technology; cyber; directed energy components; advanced component technology development for high energy lasers and high power microwave systems; electronic warfare, force enhancement areas (satellite communications); surveillance and reconnaissance; position, navigation, and timing; missile warning; weather, terrain, environmental monitoring; navigation warfare; HA; electronic effect; counter-electronics; advanced materials and techniques; and energy devices. TSA Information Integration and Data Exploitation. This area is focused on, but is not limited to, data and information systems; cloud computing; mission command� (command and control); communications and computers; cyberspace; data fusion, data integration, and data analysis and exploitation; big data analytics; operational analysis and assessments; artificial intelligence/machine learning; and quantum computing.� ADDITIONAL INFORMATION� Contract type: MAIDIQ task order contract(s).� Ordering period: Minimum of five years (base) up to ten years (with one 5-year option).� Task order performance period: On average three-to-five years with task order performance extending up to three years beyond the last day of an ordering period; the anticipated total period of performance for the resulting MAIDIQ contract (to include task orders) is anticipated to be 12-13 years.� Contract Ceiling: Contract ceiling value has an estimated range of $1.9B - $2.5 billion (B) for D3I2 D1 and $1.50B - $2.05B for D3I2 D2 (note values are subject to change). Place of performance: Continental United States and Outside Continental United States locations to include contractor and USG facilities.� Required security classification level: Defined at the task order level up to Top Secret (TS) with Sensitive Compartmented Information and/or higher access (as required) for contractor personnel and secure facility clearance (FCL) with safeguarding for contractor facilities. NOTE: For basic contract proposal purposes, an offeror must provide written evidence as of time of proposal submission of a current TS FCL with a level of safeguarding at the TS level (a pending TS facility clearance will not be accepted). SPECIAL NOTICE � Q&A POSTING AND DRFP INFORMATION� As stated below, industry questions in response to the August 15, 2023, D3I2 Information Briefing, and corresponding USG answers, are attached to this special notice (Q&As for both D3I2 D1 and D3I2 D2 are attached). (NOTE: there are separate Q&As for each domain; however, some questions and answers are relevant to both domains, so potential offerors should review both sets of Q&As.) The USG is not soliciting comments/questions/feedback to these attachments; the USG will not respond to follow-up submissions.� ��� �Attachment 01 � Domain 1 Q&As; and ��� �Attachment 02 � Domain 2 Q&As. Please note that the Government intends to release the D3I2 Domain 2 DRFP for industry feedback and/or questions on October 13, 2023; however, subject to internal review processes, the Government may release the D3I2 Domain 2 DRFP before or after that date. Thus, beginning October 1, 2023, industry should monitor Sam.gov for the D3I2 Domain 2 DRFP release notification. Please note that the Government intends to release the D3I2 Domain 2 DRFP in the Procurement Integrated Enterprise Environment Solicitation Module (PIEE SM) at https://piee.eb.mil/. The following link provides the general steps in gaining access to the PIEE suite: https://piee.eb.mil/xhtml/unauth/web/homepage/vendorGettingStartedHelp.xhtml. Please note that the Government also intends to release an abbreviated D3I2 Domain 2 acquisition milestone schedule and a D3I-to-D3I2 task order transition plan with the DRFP, which should help industry with future planning.� At this time, a release date for the D3I2 Domain 1 DRFP has not been determined and questions regarding the release will not be entertained.� The Government will not accept any additional questions to this special notice at this time. The Government will allow industry feedback and/or questions in response to the D3I2 Domain 2 DRFP release. Instructions for feedback and/or question submittal will be provided in the DRFP document/announcement.� Point of contacts for this special notice are George Purpura, Contracting Officer, at george.r.purpura2.civ@army.mil, and Virginia Adkins, Contract Specialist, at� virginia.m.adkins.civ@army.mil. Telephone call inquiries/questions or other inquires will not be accepted or responded to by the USG.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/0e0ce763c61340e78396bb42d1dc4261/view)
- Record
- SN06834968-F 20230920/230918230121 (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 |