Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 13, 2025 SAM #8508
SOURCES SOUGHT

A -- INSTRUMENTATION RADARS IN THE MEDIUM RANGE RADAR-LOW POWER (MRR-LP) CONFIGURATION

Notice Date
3/11/2025 7:03:54 AM
 
Notice Type
Sources Sought
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
W6QK ACC-RSA REDSTONE ARSENAL AL 35898-5200 USA
 
ZIP Code
35898-5200
 
Solicitation Number
W9124P-25-S-RRRP-MRRLP
 
Response Due
3/28/2025 1:00:00 PM
 
Archive Date
04/12/2025
 
Point of Contact
Justin Nabity, Thomas Hibbett
 
E-Mail Address
justin.a.nabity.civ@army.mil, thomas.g.hibbett.civ@army.mil
(justin.a.nabity.civ@army.mil, thomas.g.hibbett.civ@army.mil)
 
Description
REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT UP TO SIX INSTRUMENTATION RADARS IN THE MEDIUM RANGE RADAR-LOW POWER (MRR-LP) CONFIGURATION NOTICE ID: W9124P-25-S-RRRP-MRRLP This notice is not a request for competitive proposals The purpose of this notice is to conduct market research with the intent of increasing, and subsequent availability, the number of known vendors capable of meeting the requirements in this notice. Any vendor capable of meeting the stated requirements is encouraged to respond. The Government also seeks to further enhance competition and provide industry partners advance notice to assist in development of acquisition strategies. The requested information is for planning purposes and does not constitute a commitment, implied or otherwise, that an agreement or other procurement instrument will be issued, nor will the Government pay for the information solicited. All information and data received in response to this notice that is marked or designated as corporate proprietary information will be handled in accordance with applicable procurement integrity laws and regulations. Responses will only be accepted via email to the email address(es) listed in this notice. Phone inquiries or responses will not be accepted. BACKGROUND The U.S. Army Program Executive Office Missiles and Space (PEO MS) develops, fields and sustains defensive and offensive integrated fires capabilities in support of the joint all-domain battlespace. PEO MS is on the cutting edge of the Army�s long-range precision fires, air and missile defense, hypersonic, directed energy, counter-unmanned aerial systems, integrated fires mission command, and aviation and ground missiles modernization initiatives. Search Track Acquire Radiate Eliminate (STARE) is one of six project offices under PEO MS. The STARE mission is to develop, test, acquire, field and sustain world-class radar and sensor technologies enabling the long-range detection, discrimination, tracking, and destruction of multi-domain threat capabilities through the integration with mission command and effector systems. STARE delivers robust cyber security, advanced electronic countermeasure, and logistic systems and sub-systems, and supports the managed and controlled sale of radar and sensor capabilities to our allies and international partners. Additional information for both PEO MS and STARE can be found at the following website: https://www.army.mil/peoms REQUIREMENT/ SPECIFICATIONS The U.S. Army PEO MS, STARE Project Office, Passive Instrumentation Radars Product Office, Range Radar Replacement Program (RRRP) is seeking interested and qualified radar vendors for a forthcoming procurement project agreement of up to six instrumentation radars in the Medium Range Radar-Low Power (MRR-LP) configuration. Prototypes will support evaluation of critical range scenarios at White Sands Test Center (WSTC) and Yuma Test Center (YTC) which meet the requirements of the Performance Requirement Document (PRD) developed from the Army Test and Evaluation Command�s (ATEC) Test Capability Requirement Document (TCRD) and Addendum. Currently, the PRD, draft or otherwise, is under development and not available. The most qualified vendor(s) will leverage upon a prototype or similar system at Technology Readiness Level (TRL) 5 or higher. The information submitted should address the vendor�s efforts and progress made toward developing a radar system with the following characteristics/capabilities: System must be unclassified, Risk Management Framework (RMF) compliant, and operate in the C-Band spectrum frequency, tunable between 5.4 and 5.9 GHz. The system needs to independently initiate and maintain tracks on multiple objects (15) in a Wide (+/- 30 degrees) Field of View (both in azimuth and elevation). In clear weather (0.02 dB/km), the system must detect a 6-inch sphere (-17.4 dBsm non-fluctuating object) at a range of 45 Km within a 10 msec coherent processing interval with a 99% probability of detection and a probability of false alarm of 10-5. In clear weather, the system must track a -17.4 dBsm non-fluctuating object at a range of 23 Km to a total accuracy (including both bias and noise errors) of 0.3 mrad within 0.5 seconds from the start of object acquisition at an elevation angle greater than 8 degrees to minimize the effects of multipath and clutter. Site Visit: The Government may request to schedule a site visit of the vendor�s facility to validate TRL and production capabilities, as well as to engage in further discussion of the requirements. Request for Whitepapers (RWP): On/about 31 July 2025, the RRRP intends to issue a RWP 25-05 through the Aviation & Missile Technology Consortium (AMTC) Other Transaction Agreement (OTA). RWPs are posted on the AMTC BIDS website require membership to respond. Information on the AMTC OTA, RWPs, and membership can be found at the following websites: AMTC: https://www.amtcenterprise.org/ AMTC BIDS: https://submissions1.ati.org/AMTC/BIDS.NSF/Start?ReadForm The authority for AMTC OTA is 10 U.S.C. � 4022, Authority of the Department of Defense to carry out certain prototype projects. Other Transaction Agreements are not subject to the Federal Acquisition Regulation (FAR) or its supplements. Request For Capabilities Statement: Please submit responses in Microsoft Word or PDF format with proper markings for Controlled Unclassified Information (CUI) and proprietary information. Each page shall be 8�x11� in size, Times New Roman 10 regular font, 1� margins. Please limit responses to no more than 5 pages in length (single-sided only). Classified material SHALL NOT be submitted. (1) The capability statement must include the company profile, security clearance level, and clearly indicate experience, assets, background, and ability to successfully perform the requirement without compromising the quality, accuracy, reliability; (2) Responses may include multiple solutions. All submissions should include RFI/Sources Sought Reference Number (W9124P-25-S-RRRP-MRRLP), company name, company address, CAGE code, SAM UEI, and a point-of-contact who is able to discuss the material submitted. Point-of-contact information shall include name, position, phone number, and e-mail address; (3) Specific experience on same or similar size and scope of work performed, including a description of the services provided, the dollar value of the effort, and the contract number, if applicable. State if experience was obtained as a prime or subcontractor; (4) List prospective Sub-contractors including those meeting the definition of Nontraditional Defense Contractor (NDC) as defined in 10 U.S.C. � 3014. (5) Does your company meet the definition of an NDC? Note: If the interested party is a foreign entity, or if a U.S. interested party has a team member or partner who is a foreign entity, adherence to all International Traffic and Arms Regulations (ITAR) is required. RESPONSE TIME/DUE DATE & QUESTIONS (1) Responses to this notice must be received not later than 4:00 p.m. (Eastern Time) 28 March 2025 via EMAIL ONLY to the following representatives: a. Justin Nabity (justin.a.nabity.civ@army.mil) b. Thomas Hibbett (thomas.g.hibbett.civ@army.mil). (2) Email subject lines shall reference �W9124P-25-S-RRRP-MRRLP�. All submissions shall be clearly marked with the following caption: Controlled Unclassified Information (CUI), Releasable to Government Agencies for Evaluation Purposes Only. Classified material SHALL NOT be submitted. (3) Questions to this announcement shall be submitted to the email addresses listed above prior to the closing date. (4) Responses that fail to comply with the above instructions or present ideas not pertinent to subject, may not be reviewed. Responses submitted after the posted due date and time will not be considered unless determined to be in the best interest of the Government. The Government is under no obligation to provide responses or comments to the capability statement packages but additional information may be requested after review. Aviation and Missile Technology Consortium (AMTC) Other Transaction Agreement (OTA) Other Transaction Agreements (OTA), relieve some of the contractual burdens typically placed on contractors working for federal clients, making it possible for non-traditional contractors � small and emerging companies � to participate in technology development. The Other Transaction (OT) consortium model is an �enterprise partnership� between the government and technology providers in a specific domain. The OT consortium model relieves some of the contractual burdens typically placed on contractors working for federal clients. The U.S. Army Combat Capabilities Development Command Aviation & Missile Center (CCDC AvMC) has established an Other Transaction Agreement (OTA), the Aviation & Missile Technology Consortium (AMTC), to engage industry and academia to develop and mature guided missile technologies to develop and transition US Army aviation and missile manufacturing technologies, and integrate advanced technologies, techniques and processes into future effective weapon systems in support of US Army and DOD weapon systems. Join AMTC to access business and research opportunities focused on advancing aviation and guided weapons system research projects. The Aviation and Missile Technology Consortium (AMTC) is an OTA between ACC-Redstone and the AMTC�s industrial/academic consortia, consisting of the Vertical Lift Consortium (VLC) and the National Armaments Consortium (NAC). This unique approach of leveraging two consortia into one (AMTC) was developed to specifically combine the distinct capabilities of vertical lift and armaments for the U.S. Army Combat Capabilities Development Command Aviation and Missile Center (CCDC AvMC). The AMTC�s mission is to foster collaboration among government, industry, and academia to rapidly develop and mature guided missile technologies, manufacturing and enabling/disruptive technologies, and aviation technologies to meet U.S. Army and DoD requirements and enhance our national security. Additional information such as opportunities and becoming a member can be found on the AMTC webpage: https://www.amtcenterprise.org/
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e4d461369c2f47febd6336f4872c108f/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07368532-F 20250313/250311230045 (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.