Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 10, 2024 SAM #8200
SPECIAL NOTICE

14 -- M-SHORAD Increment 4

Notice Date
5/8/2024 12:54:01 PM
 
Notice Type
Special Notice
 
NAICS
336414 — Guided Missile and Space Vehicle Manufacturing
 
Contracting Office
W6QK ACC-RSA REDSTONE ARSENAL AL 35898-5090 USA
 
ZIP Code
35898-5090
 
Solicitation Number
PANRSA-24-P-0000-008864
 
Response Due
7/16/2024 12:30:00 PM
 
Archive Date
07/31/2024
 
Description
SYNOPSIS. The US Army Program Executive Office, Missiles and Space, Project Manager, Short and Intermediate Effectors for Layered Defense (SHIELD) is conducting research to identify potential interested sources and solutions with the capability to provide air defense capability to protect dismounted maneuver forces in the near, mid, and far terms. This capability is designated as Maneuver-Short Range Air Defense (M- SHORAD) Increment 4. Divisional air defense capability supports dismounted maneuver to include joint forcible entry (JFE), mounted maneuver, and division rear formation fixed and semi-fixed assets (aviation, sustainment, fires brigades, divisional headquarters, etc.). The response to this Request for Information (RFI) will focus on solutions that deliver air defense capability to support dismounted maneuver, JFE (C-130 transportable, air droppable, and sling load capable) and light mounted maneuver operations that are C-130 transportable and more robust than JFE solutions. The capability will defeat unmanned aircraft systems (UAS) groups 1-3 and rotary wing (RW) and fixed wing (FW) close support aircraft. The Army Acquisition Objective (AAO) will depend on capability and capacity of the materiel solution(s) and Total Army Analysis. ADMINISTRATIVE. Pursuant to Federal Acquisition Regulation (FAR) Section 15.2, this notice is being issued as a REQUEST FOR INFORMATION. In accordance with FAR 15.201(e), responses to this notice are not an offer and cannot be accepted by the Government to form a binding contract. No contract award is intended as a result of this request. THIS IS A REQUEST FOR INFORMATION ONLY. This RFI is issued solely for information and planning purposes � it does not constitute a Request for Proposal or a promise to issue a Request for Proposal in the future. This RFI does not commit the Government to contract for any supply or service whatsoever. The Government Point of Contact (POC) will be Mrs. Amy D. Miller (KO), US Army Contracting Command-Redstone, and can be contacted via e-mail: amy.d.miller41.civ@army.mil. EMAIL ONLY, NO PHONE CALLS. Per FAR 52.215-3, Request for Information or Solicitation for Planning Purposes: � � � �1.� The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, bid and proposal costs, of the FAR. � � � �2.� Although �proposal"" and ""offeror"" may be used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal. � � � �3.� This solicitation is issued for the purpose of acquiring information to procure air defense capability to protect lightly armored Army forces in the near, mid, and far terms. � � � �4.� The Government is not responsible for any costs incurred in response to this RFI. M-SHORAD INCREMENT 4 OBJECTIVES. A.� Cost. M-SHORAD Increment 4 will cost less than current M-SHORAD Increment 1. Cost of sustainment (e.g., maintenance, support, training, technical data management, facilities, etc.) will be accounted for and further defined after a materiel solution decision; every effort will be made to leverage existing supportability infrastructure. B.� Schedule. The Army requests the materiel developer to provide candidate solutions that would deliver the Increment 4 capabilities in the near-term (FY27/28), mid-term (FY30-FY32), and far-term (FY35+) to support the Army of 2030 and 2040. The Army prefers near-to-mid-term solutions that can evolve into far term solutions. Solution attributes and performance may vary from a maturity perspective depending on recommended development timelines (near-term vs mid-term vs far-term). C.� Desired Performance Characteristics. The elements and characteristics listed below are intended to assist Industry in the development of responses to this RFI. Proposed solutions do not need to meet all of the priority or other desired characteristics to be considered. � � 1.� Priority Performance Characteristics: � � � � a.� Command and control � Forward Area Air Defense Command and Control (FAADC2) and supporting equipment for vehicle commanders to control and conduct engagements (e.g. optics, control panels etc.). � � � � b.� Reconfigurable mounted capability � tailorable to support various missions and effector load out; Modular Open Systems Architecture (MOSA) compliant. � � � � c.� Capability to integrate onto platforms such as JLTV and/or robotic vehicles (i.e., Small Multipurpose Equipment Transport (SMET). � � �2.� Additional Performance characteristics � � � � �a.� Capable of supporting mounted and dismounted operations. � � � � �b.� Multiple effectors /sensors integrated on single platform or manned/unmanned pairs. � � � � � � �i.-Kinetic effectors (i.e., Stinger/Next Generation Short Range Interceptor (NGSRI), Coyote, Advanced Precision Kill Weapon System (APKWS), 30mm Multi-mode Proximity Airburst (MMPA)). � � � � � � �ii.-Electronic warfare capability. � � � � � � �iii.-Active and passive sensing combinations. � � � � c.� Joint Forcible Entry: C-130 transportable, air droppable, and sling-load capable. � � � � d.� �Network enabled/capable (i.e., early warning/queuing, etc.). � � � � e.� �Human machine integration (to include robotics, Graphic User Interfaces (GUIs), etc.). � � � � �f.� Artificial Intelligence (AI), machine learning, automated defense management aids. D.� Testing, Support and Sustainment: Testing will include all necessary safety and security testing prior to system delivery to support a material release. Testing will include an operational assessment or test to support fielding, acquisition activities, and requirements generation and validation. Contract Logistics Support is not a desirable approach for systems sustainment due to forward austere operating environments. Training documentation and plan(s) will be developed and delivered prior to system fielding to allow for time to train users, to include training for maintenance support personnel. Materiel development must include logistics and supply structures that are robust enough to support operations in austere operational environments. Units will require enough effectors to sustain operations for 72 hours with an objective of 7 days. RESPONSE INSTRUCTIONS. Part A. Business Information: Please provide the following information for your company and for any teaming or joint venture partners: Company/Institute name Address Point of Contact CAGE Code DUNS Number UEI Phone Number E-mail Address Web page URL State (Yes/No) whether your company qualifies as a Small Business, Woman Owned Small Business, Small Disadvantaged Business, 8(a) Certified, HUB Zone Certified, Veteran Owned Small Business, Service-Disabled Small Business, or Central Contractor Registration. Provide a statement describing your company as domestically or foreign owned (if foreign owned, please indicate country of ownership). Part B. Company Capability: Candidate solutions to deliver M-SHORAD Increment 4 capability to dismounted maneuver, JFE, and light mounted maneuver forces must be supported by current demonstrated company experience. Briefly describe the capabilities of your company and the nature of the goods and/or services you provide. Include a description of your staff composition and management structure. Describe your company's experience (no more than three examples) on previous projects similar in complexity to this requirement. Include contract numbers, a brief description of the work performed, period of performance, and agency or organization supported. Describe your processes and facilities that would support an effort of this scope. If you were to use subcontractors for this effort, identify potential subcontractors to include approximate percentages each subcontractor would complete. Include a description of their experiences and state if you already have a relationship with the subcontractor(s). Describe your company's approach and capabilities in obtaining and retaining qualified and experienced personnel and how soon your company could secure qualified personnel to support such an effort. Describe your company's approach to quality management and your company�s compliance with quality standards. Part C. M-SHORAD Increment 4 Solution: Describe the candidate solution(s) and how the solution meets the requirements and delivers the objectives outlined in this RFI. Please outline key performance capabilities of your solution. Candidate technical solutions to this RFI must demonstrate a thorough approach of how you plan to transition emerging technology to production and fielding in the schedule outlined. The plan should outline the work to transition industry research and development; enhance the designs to meet military specifications; and transition systems to production. Describe the top five risks you foresee in executing your solution(s). Discuss both technical and programmatic risks associated with your candidate solution, for development, integration, test, and production. Include any concerns with the Government�s technical or schedule goals, along with suggestions to change the Government�s approach or goals to reduce risk. Describe your approach to modularity and open system architecture. Include capability against each of the threats. Include your projected Technology Readiness Level (TRL) and Manufacturing Readiness Level (MRL) and provide supporting information to justify the ratings for each. Include rough order magnitude (ROM) cost and schedule estimates for the production design, development, test, and production of your candidate solution. Include total cost and cost by Government Fiscal Year. Provide projected unit cost estimates given a planning factor of 160 M-SHORAD Increment 4 systems. ADDITIONAL SUBMISSION INSTRUCTIONS. All responses must be unclassified. Marketing material is considered an insufficient response to this RFI. Respondents should indicate which portions of their responses are proprietary and should mark them accordingly. The Government will honor appropriate proprietary claims to prevent improper disclosure. The response must include a white paper of no more than 25 pages (text 12-point font, figures 9-point) describing your candidate M-SHORAD Increment 4 solution(s). A fold- out page counts as one page. Questions pertaining to this RFI may be directed to the Army Contracting Command point of contact for up to 14 days after this RFI is published on SAM.gov. The Government must receive your RFI response NLT 60 days after this RFI is published. The Government will receive responses via email submission. Send unclassified responses to the US Army Contracting Command- Redstone, via email to the Contracting Officer, Amy Miller (amy.d.miller41.civ@army.mil), Technical POC, Dr. Gregory Kilby (gregory.r.kilby.civ@army.mil), and PM Acquisition Analyst, Clifton J. Miller (clifton.j.miller.civ@army.mil). ** ATTENTION** The M-SHORAD Product Office plans to use non-Government support contractors in assessing industry responses to include the one-on-one information exchange discussions of this RFI. All information will be protected. Any proprietary information must be identified. To be reviewed, the statement �Releasable to USG Agencies and their supporting Contractors for Review Only� must accompany any proprietary submission.� The USG reserves the right to request further clarification to enhance understanding of the respondent's submittal. MARKET RESEARCH The Government will use the responses to this RFI as market research to inform the following areas of interest: Technical maturity and feasibility of meeting the M-SHORAD Increment 4 goals. Industry�s capability to implement the candidate concepts within the desired acquisition timeframe. Technical risk of the candidate concepts. Programmatic risk of the candidate concepts. Production unit projected cost of the M-SHORAD Increment 4 candidate concepts.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/077c5d7bcc524ed7b05de6977501fd10/view)
 
Place of Performance
Address: Redstone Arsenal, AL 35898, USA
Zip Code: 35898
Country: USA
 
Record
SN07056672-F 20240510/240508230043 (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.