Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 17, 2025 SAM #8543
SOURCES SOUGHT

14 -- Contract Period of Performance (PoP) Extension and Options for Additional Modified Ballistic Re-Entry Vehicle (MBRV)-11 Development, Production, Delivery, and Launch Operations

Notice Date
4/15/2025 1:12:20 PM
 
Notice Type
Sources Sought
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
MISSILE DEFENSE AGENCY (MDA) HUNTSVILLE AL 35898 USA
 
ZIP Code
35898
 
Solicitation Number
MDA25DTRFI01
 
Response Due
4/28/2025 2:00:00 PM
 
Archive Date
05/13/2025
 
Point of Contact
Marcus Abram
 
E-Mail Address
mda.schriever.ics.mbx.tc-futureacquisitions@mail.mil
(mda.schriever.ics.mbx.tc-futureacquisitions@mail.mil)
 
Description
Contract Period of Performance (PoP) Extension and Options for Additional Modified Ballistic Re-Entry Vehicle (MBRV)-11 Development, Production, Delivery, and Launch Operations Combined Sources Sought/Notice of Intent to Sole Source HQ014719C0005 Purpose: The Missile Defense Agency (MDA) is conducting market research to extend the contract PoP an additional three years and add options for three (3) Modified Ballistic Re-Entry Vehicle (MBRV)-11s. The current PoP covers all but one Integrated Master Test Plan (IMTP) mission for the Launch Vehicles, but only covers one (1) of the MBRV-11 missions. The PoP extension will allow support of those missions falling outside the current PoP and provide continued support for the production, and execution of those Subscale targets in multiple configurations. The information contained herein only initiates communication with industry in order to assess market potential. No solicitation document exists at this time. This Request for Information (RFI) constitutes no Government obligation to procure these items or issue a solicitation. The Government does not have an obligation to pay for information responding to this RFI and will not accept any responses as offers. The current Subscale contract requires the delivery of four (4) Short Range Ballistic Missiles (SRBMs), five (5) Medium Range Ballistic Missiles (MRBMs), and one (1) Mobile Launch System. Options are also in place for the delivery of up to seventeen (17) SRBMs and seven (7) MRBMs, as well as providing systems engineering for those launch vehicles and integration of the re-entry vehicle and flight test execution in support of flight test requirements per the MDA IMTP. The contract also requires the development and production of five (5) MBRV-11s to be integrated and flown on the Air Launched (A/L) Intermediate Range Ballistic Missile (IRBM) and Intercontinental Ballistic Missile (ICBM) Target Delivery Vehicles. MDA is seeking alternate sources that can continue to produce, procure, and deliver subscale targets falling outside the current PoP, with Best Estimated Test Dates (BETDs) starting in 1QFY28 through 4QFY30. MDA is also seeking alternate sources that can produce and deliver the option of up to three (3) MBRV-11s to support the Missile Defense System (MDS) test program and future IMTP dates. It is understood that some of the RV types on the IMTP are expected to change, driving the need for additional MBRV-11 options. For both the PoP extension and the addition of MBRV-11 options, respondents are expected to produce, procure, manufacture, assemble, integrate, test, deliver, logistically support and document the system design. Respondents will also need to develop and procure kit capabilities that will be integrated with the baseline target vehicle. The scope also includes the production, development, operation, and sustainment of ground support equipment, spares, additional target components, target hardware and software/firmware, as required. Level III Technical Data Packages are required for all re-entry vehicles, targets, and ground support equipment. If no alternate sources are identified, the Government intends to issue a modification on the T4 Subscale Contract, HQ0147-19-C-0005 to Northrop Grumman Systems Corporation (NGSC), CAGE 8LM16, 1575 South Price Rd Chandler, AZ 85286-6615 under Statutory Authority 10 U.S.C. 3204(a) (1) as implemented under Federal Acquisition Regulation (FAR) 6.302-1(a) (2) - Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. Based on currently available information, MDA believes that only NGSC is capable of providing the required services without substantial duplication of cost that is not expected to be recovered through competition and unacceptable delays, since NGSC owns the T4 Technical Data Package (TDP). This notice is intended to meet the requirements of both FAR Part 5 and DFARS PGI 206.302-1. Description of the Requirement: Produce the MRBM T4 and SRBM T4 based on the T4 Targets System Performance Specification (TSPS) (DEI-DEIE-2021-SPEC-TSPS-012) dated 28 Oct 2021. Produce the MBRV-11 based on the TSPS dated June 27, 2024 (DE-TSE-2024-SPEC-TSPS-005) while complying with MDA�s Systems Engineering Processes. Deliver the option of up to three (3) MBRV-11s to support the MDS Testing based on the IMTP. Produce, procure, manufacture, and assemble hardware and perform required testing. Support launch vehicle integration, launch execution and pre-/post-flight activities. The MBRV-11 addresses a need to deliver target solutions for the MDS test requirements to defeat missile threats. The MBRV-11 will comply with the Targets Launch Vehicle to Payload Interface Control Document and will be integrated with the IRBM/ICBM Launch Vehicle to build the all-up-round Target. Responses: 1) Responses should address the ability continue support for the production, and execution of those Subscale targets in multiple configurations for the PoP extension and produce the MBRV-11 based on the MBRV-11 TSPS dated June 27, 2024 (DE-TSE-2024-SPEC-TSPS-005) while complying with MDA�s Systems Engineering Processes. Deliver the option of up to (3) MBRV-11s to support the MDS flight tests based on the IMTP needs. Procure, manufacture, and assemble hardware and perform required testing. Support launch vehicle integration, launch execution and pre-/post-flight activities. 2) Responses should also address the associated detailed schedule that supports reviews, testing, production, MBRV delivery date, launch vehicle integration, and flight test execution at the required BETD. 3) Responses should also address the cost estimate associated for the effort. 4) Responses shall include SIPR email address or Facility Clearance mailing address. Submission Instructions: There is a 25 page limit for this RFI which should contain an executive summary, capabilities/plans/activities, and figures/tables/graphs. Cover Page should include: Company name Point of Contact information Business Size Status DUNS number and CAGE code Any Government ordering vehicles (GSA, DLA, etc.), if applicable SIMILAR EXPERIENCE: If the respondent has similar experience or historical information available, MDA requests a consolidated table of experience based on the requirement scope with the below information: contract number(s); title and objective of contract; contracting agency and point of contact information; and scope, period of performance, and type of contract (e.g., fixed price, cost reimbursement, fee) Respondents should ensure that past performance is documented and should provide a description of capabilities for identified missile vehicles, innovative approaches to mission design and missile system integration; and focus on Attitude Control Systems (ACS), Avionics components, and Navigation Systems across the various ranges /classes; Subsystem Development, innovation in Launch Services, integrating Payloads, and conducting Data Reduction and Data Reporting in support of Flight Test execution. RECOMMENDED CONTRACT TYPE INFORMATION: What is your recommendation for the contract type, fee structure, and general Contract Line Item Number (CLIN) types? Based on industry best practices, what contract structure would you implement to execute the high-level requirements (Indefinite Delivery Indefinite Quantity, standard contract vehicle type or Other Transaction (OT) agreement, etc.)? Describe how your contract change order process has been used to expedite contract actions. What would be your recommended contract duration/period of performance? What is your recommended incentive structure for this effort? What would be your recommended incentive/award fee basis for evaluating your performance? What would be your recommended award fee criteria performance objectives and methodology for determining earned award fee amounts? Describe the documentation/information needed in a library to support your understanding of requirements and delivery of a proposal. What other appropriate North American Industry Classification Standard (NAICS) would you recommend for this effort? Provide rationale if any. What is your approach to provide low-cost target vehicles and their availability to execute the IMTP? MDA would also like to determine industry�s approach to provide innovative, cost-saving mission development, management, and execution methods which result in low-cost subscale target vehicles. RECOMMENDED ACQUISITION APPROACH: MDA�s current acquisition alternatives include extending the current T4 Subscale contract no. HQ0147-19-C-0005 period of performance and adding options to procure additional MBRV-11s to meet future Integrated Master Test Plan (IMTP) needs. MDA would also like to determine industry�s approach to provide innovative, cost-saving mission development, management, and execution methods which result in low-cost subscale target vehicles. BARRIERS TO PARTICIPATE: What are the potential barriers to competition for this effort? How can MDA mitigate and resolve some of these barriers? ORGANIZATIONAL CONFLICT OF INTEREST (OCI): What do you see as potential OCI issues? What would be the OCI mitigation strategy? DATA RIGHTS: Will you assert any claims of limited or restricted rights for the Government as part of your potential contract efforts (guided by Defense Federal Acquisition Regulation Supplement (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: 1) Unlimited Rights (UL); 2) Government Purpose Rights (GPR); 3) Limited Rights (for Technical Data) (LR); 4) Restricted Rights (for Computer Software) (RR); and 5) Special License Rights (SLR). SMALL BUSINESS: One objective of this RFI is to determine the capabilities of small business to accomplish the requirements contained herein, and to support the acquisition strategy development with regard to setting aside any future acquisition. Responsible small businesses responding to this RFI are expected to demonstrate compliance with the Limitations on Subcontracting clause of FAR 52.219-14 by articulating the portions of work that the 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 applicable to the requirements of this acquisition. A prime small business responding to this RFI must include their past experience in managing subcontractors on similar requirements, and include subcontractor or teaming partners past experience applicable to requirements specified in this RFI. UPFRONT INVESTMENTS: Summarize any expected new capital investment, upgrades /modifications and/or Government investments requirements. COST ESTIMATE: Provide a Rough Order of Magnitude (ROM): As part of the evaluation process MDA requires some basic cost estimates to assist in the development of the acquisition strategy. Respondents should provide an estimate of processing one (1) T4 target per year which highlights the initial capability, delivery, availability, and related costs in each area they can support. Cost estimates should be separated into non-recurring engineering (NRE) and recurring engineering (RE) categories to perform high-level requirements listed above. Cost estimates should include ground rules and assumptions. Interested parties should address costs or Government Furnished Equipment (GFE) requirements associated with, but not limited to the following Work Breakdown Structure (WBS). When addressing technical requirements, respondents shall use the corresponding numbering and provide a recommended CLIN type appropriate for that area�needed to support acquisition strategy. COST DRIVERS/COST TRADE OFFS AFFORDABILITY: The respondent should also address cost drivers, cost tradeoffs, assumptions and any additional or expected future corporate investments or other anticipated costs not identified in the WBS. The respondent shall offer specific affordability alternatives and suggestions specific to the WBS element they are addressing. PROTECTING INFORMATION ON FEDERAL AND NONFEDERAL SYSTEMS: Department of Defense (DoD) participates in a range of activities to improve the collective cybersecurity of the nation and protect U.S. data and interests. When working on DoD networks and when processing, storing, and transmitting Controlled Unclassified Information (CUI) on their own company�s network(s) (nonfederal system(s)), Contractors are required to secure DoD's information by leveraging the National Institute of Standards and Technology information security standards and guidelines. Describe your cyber robustness, resilience, and hygiene approach towards protecting information and your ability to meet cybersecurity requirements. For nonfederal systems, address your management approach for ensuring that CUI is properly handled in your company�s network and how CUI is managed and implemented throughout your supply chain. At a high level, describe your company�s approach for addressing the requirements of DFARS 252.204-7012, �Safeguarding Covered Defense Information and Cyber Incident Reporting,� DFARS 252.204-7019, �Notice of NIST SP 800-171 DoD Assessment Requirements,� and DFARS 252.204-7020, �NIST SP 800-171 DoD Assessment Requirements.� At a high level, describe your company�s use of System Security Plans (SSP) and a Plan of Action and Milestones for internal (nonfederal) information systems handling controlled unclassified information. For federal systems, note your strategies for implementing the Risk Management Framework and how active continuous monitoring of cybersecurity controls is implemented. Provide a capability statement for continuing the support for the production, and execution of MRBM T4 and SRBM T4 Subscale targets in multiple configurations and for conducting the MBRV-11 Development, Production Options, Delivery, Integration, and Launch Operations that meet the need date. Responses in Microsoft Word or Adobe Acrobat formats are preferable. Please submit email responses to the email/POCs listed below. The Government highly discourages submitting proprietary or business sensitive information. Vendors submitting proprietary or business sensitive information bear the sole responsibility for marking the information for appropriate safeguarding. Proprietary information submitted in response to this RFI will be handled in accordance with 41 U.S.C. Chapter 21, Restrictions on obtaining and disclosing certain information, as implemented in FAR 3.104. The Government will not be liable for or suffer any consequential damages for any proprietary information not properly identified. This is a Request for Information only. The Government will not pay for information or administrative costs submitted in response to this notice. The Government will not provide feedback to any vendor regarding individual capabilities in response to this RFI. All responses must be received no later than April 28, 2025 at 4:00pm, C.S.T and should be submitted via email to mda.schriever.ics.mbx.tc-futureacquisitions@mail.mil. No telephone inquiries will be accepted. Contracting Office Address: Missile Defense Agency/TCK/ATTN: Marcus Abram Building 5222 Martin Road Redstone Arsenal, Alabama 35898-0001 Place of Performance: United States Archiving Policy: Manual Archive Original Set Aside: N/A Product Service Code: 1410-Guided Missiles NAICS Code: 541715 Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8c113a76437249a19aea0d278676a4e8/view)
 
Place of Performance
Address: AZ, USA
Country: USA
 
Record
SN07409878-F 20250417/250415230048 (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.