Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 22, 2024 SAM #8304
SOURCES SOUGHT

14 -- Request for Information: Missile Defense System (MDS) Army Navy/Transportable Radar Surveillance and Control Model 2 (AN/TPY-2)

Notice Date
8/20/2024 2:05:11 PM
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
MISSILE DEFENSE AGENCY (MDA) HUNTSVILLE AL 35898 USA
 
ZIP Code
35898
 
Solicitation Number
24-MDA-11865
 
Response Due
9/16/2024 3:00:00 PM
 
Archive Date
10/01/2024
 
Point of Contact
Brandon Smith, Phone: 2564504689, Virginia Bangit, Phone: 2563364721
 
E-Mail Address
brandon.a.smith@mda.mil, virginia.bangit@mda.mil
(brandon.a.smith@mda.mil, virginia.bangit@mda.mil)
 
Description
Missile Defense Agency (MDA) Ground Sensors (SN) Radar Programs Request for Information NAICS: �������������������������������������������� 334511 Agency:� � � � � � � � � � � � � � � � � � � � � � Missile Defense Agency � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �Redstone Arsenal, Alabama 35898 Office: ���������������������������������������������� MDA-SNA Distribution Statement:� � � � � � � � � � A. Approved for public release; distribution is unlimited. Approved for Public Release: �������� 24-MDA-11865 (7 Aug 24) Description The Missile Defense Agency Ground Sensors Directorate (MDA/SN) is conducting market research to determine if sources capable of satisfying the Agency�s future production requirements for the Missile Defense System (MDS) Army Navy/Transportable Radar Surveillance and Control Model 2 (AN/TPY-2) radar exist. Future major requirement areas production of AN/TPY-2 radars, components, spares, fleet refurbishment activities, and capability upgrades.� Potential capability upgrades could include increased digital control and processing, additional detection, tracking, and discrimination capability to counter advanced and emerging threats, increased field of view, increased power and sensitivity, more reliable and supportable components, and improved self-defense capabilities. This Request for Information (RFI) is issued solely for information and planning purposes � it does not constitute a Request for Proposal (RFP) or promise to issue an RFP in the future.� This RFI does not commit the government to establish a contract for any supply or service whatsoever.� Further, MDA is not seeking proposals nor will it accept proposals.� All costs associated with responding to this RFI will be solely at the respondents expense.� Participation in future Agency transactions and procurement opportunities is not contingent upon responding to this RFI.� MDA will not provide feedback for any submission. X-Band Radar Major Requirement Area Descriptions: Production Components Hardware production, integration, test, and delivery of components and end items to mitigate obsolescence, increase end item quantities, and provision spares.� Components and end items include, but are not limited to: Spares for radar components (including Gallium Nitride (GaN) Transmit Receive Integrated Microwave Modules (TRIMMs)) Digital Receiver/Exciter� (DREX) Upgrade Kits Advanced Signal Processing Server/Network Kits with interconnection kits AN/TPY-2 Cooling Equipment Unit (CEU) upgrade kits Baseline upgrade: heat exchangers, motor controllers, and associated hardware AN/TPY-2 Antenna Equipment Units (AEU) Baseline production design: AN/TPY-2 Radar 13 plus approved obsolescence mitigation redesigns AN/TPY-2 Prime Power Unit upgrade kit Baseline upgrade: control panel, variable frequency drives, and associated hardware AC/DC Converters Engineering Support for AN/TPY-2 radars to facilitate maintenance and sustainment efforts which include, but are not limited to, trade studies, hardware obsolescence studies, hardware redesign, technology insertion, and refurbishment efforts. Systems Engineering to support redesign for out-of-production mitigation, fabrication, integration, test (design verification, qualification, and acceptance), evaluation, documentation, and delivery of Radar hardware. Systems engineering includes cost, schedule, technical, performance, and reliability risk management processes to mitigate program and schedule risk.� Program Support functions include configuration management; quality assurance; operations and program security requirements; Missile Defence Agency Assurance Provisions (MAP) and Parts, Materials, and Processes Mission Assurance Plan (PMAP); and safety; and manufacturing qualification processes. Integrated Logistics support includes component, part, and end item marking and tracking; component and end item integration, calibration, and acceptance testing; sparing strategy development, spare production, and spare delivery; and management and tracking of Government Furnished Equipment/Material. Program Management functions include an integrated approach to monitoring and reporting cost, schedule, and fiscal status; technical reviews/technical interchange meetings; and an integrated product team organization, inclusive of government participation. Test Functions include activities necessary to confirm component and end item performance in accordance with requirements.� Tests may be conducted at government owned ranges and test facilities, in addition to contractor owned facilities. Tasks are conducted in accordance with Department of Defense and other government regulatory guidance. � � � � � � � 2. Instructions for Submissions:� No later than the 30 calendar days from the release date of this RFI, respondents are invited to prepare and submit the following (Classified information is not requested in responses): Executive Summary (not to exceed 5 pages or slides, excluding 1.d. below) that includes: A summary matrix indicating interest in one or more of the three major requirement areas listed above. Indication if the respondent possesses a facility clearance and to what level. Descriptive Data: Company Name Point of Contact Address Telephone and Fax Numbers E-mail Address DUNS Number CAGE Code and/or Tax ID Number Business Size Standard and applicable North American Industry Classification System (NAICS) codes Indicate whether Government Furnished technical data, requirements documents, programmatic and operations information, standards, and Government directives and instructions would be required in order to facilitate the execution of the capabilities identified in response to this RFI.� List and describe this data (does not count toward page limit for Executive Summary). Indicate whether the respondent is currently performing as a MDA TEAMS or TEAMS-NEXT prime or subcontractor (include the contract name(s) and number(s)). For each major requirement area identified above in which the respondent expresses capability/interest, submit: White paper (not to exceed 10 pages) that discusses respondent�s capabilities, associated risks, and mitigation strategies to support the requirement areas identified in the Executive Summary.� Note:� Risk mitigation strategies should address but are not limited to: Development or improvement of X-Band radar capabilities and hardware including experience, manufuacturing processes, ��integration approaches, and testing. Production of AN/TPY-2 Radar system components. Mitigation of any production learning curve impacts (trained personnel, maintenance, and situational awareness, etc.). Failure examination and root cause analysis of failed weapon system components. A capability brief discussing (not to exceed 15 slides) the respondent�s capabilities to perform the requirement area(s) identified in the Executive Summary and relevant experience. The brief should include: A schedule estimate highlighting initial capability delivery/availability. If your response addresses a subset of a requirement area identified in the Executive Summary versus the entire requirement, address how any seams/gaps would be mitigated. Description of any experience with MDA Mission Assurance Provisions (MAP) and Parts, Materials and Processes (PMP) compliance. Description of any experience with configuration management processes and tools during development and production. Because one objective of this RFI is to determine the capability of small business to meet the requirements contained herein, MDA requests the following information: The prime small business contractor responding to this RFI must include their past experience in managing subcontractors on similar requirements, and if applicable, include subcontractor or teaming partner�s past experience applicable to requirements specified in this RFI. Responsible small businesses planning teaming arrangements to meet the requirements listed above are expected to 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 must 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. If responding as a team, describe the team�s probable membership, organization, and approach. Recommendations for requirement areas that could be set-aside for small business or broken out for competition. Identify existing Multiple Award Schedule (MAS) or other Government-Wide Best in Class contract vehicles that could be used to procure this requirement.� Proprietary information is neither sought nor desired by MDA. If such 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., use an attachment or exhibit). Respondents are responsible for adequately marking proprietary information contained in their response.The Freedom of Information Act (FOIA) and its amendments have resulted in an increasing number of requests for copies of industry documents 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 Freedom of Information Act. 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.� The Government intends to use third party, non-Government (i.e. contractor) support personnel as Subject Matter Experts (SMEs) 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 support personnel and the MDA and are on file with the MDA. A submission of a response to this RFI constitutes a grant of authority by the respondent to the MDA to allow access to Federal personnel and these third party individuals to any content of the submission that may constitute material with the ambit of the Trade Secrets Act, 18 U.S.C. 1905. A respondent�s information/documents submitted in response to this RFI will not be returned. Contracting Office Address: Missile Defense Agency, MDA-DACX Building 5224, Martin Rd Attn: VBIII, Redstone Arsenal, AL, 35898, UNITED STATES Point of Contact(s): Brandon A. Smith, Procuring Contracting Officer, Ground Sensors Phone 256-450-4689 Email:� Brandon.a.smith@mda.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ce9e80ae48074a61954903e274a540a4/view)
 
Place of Performance
Address: Redstone Arsenal, AL 35898, USA
Zip Code: 35898
Country: USA
 
Record
SN07178829-F 20240822/240820230129 (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.