SOURCES SOUGHT
13 -- Medium Range Ballistic Missile (MRBM) Type 1/Type 2 (T1/T2) Integrated Logistics Support and Project Management Support Combined Sources Sought/Notice of Intent to Sole Source
- Notice Date
- 4/22/2025 5:31:03 AM
- Notice Type
- Sources Sought
- NAICS
- 336414
— Guided Missile and Space Vehicle Manufacturing
- Contracting Office
- MISSILE DEFENSE AGENCY (MDA) HUNTSVILLE AL 35898 USA
- ZIP Code
- 35898
- Solicitation Number
- MDA2514C0001
- Response Due
- 5/7/2025 1:00:00 PM
- Archive Date
- 05/22/2025
- Point of Contact
- Anita B. Stanford, Phone: 2564502262
- E-Mail Address
-
anita.stanford@mda.mil
(anita.stanford@mda.mil)
- Description
- Purpose: The Missile Defense Agency (MDA) is conducting market research for the Medium Range Ballistic Missile Type 1/Type 2 (MRBM T1/T2) target vehicles to include Integrated Logistics Support (ILS) and Project Management Support (PMO). 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. In accordance with FAR 6.302-1(d)(2), the Government will allow for capacity statements for follow-on contracts. MDA is seeking alternate sources that can provide Integrated Logistics Support to support the Missile Defense System test program. If no alternate sources are identified for the ILS, the Government intends to issue a sole source modification on the MRBM T1/T2 Contract, HQ0147-14-C-0001 to Aerojet Rocketdyne Coleman Aerospace Inc. (ARCA), CAGE 7VXX4, 7675 Municipal Dr., Orlando, FL 32819-8930 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 ARCA 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 ARCA owns the MRBM T1/T2 Technical Data Package. The period of performance for this effort will be the existing contract period of performance ending on December 31, 2029. Under the modification discussed above, the existing MRBM T1/T2 contract period of performance will not be extended. This notice is intended to meet the requirements of both FAR Part 5 and DFARS PGI 206.302-1. MDA is also seeking alternate sources that can provide Program Management Support which is required for project planning, managing schedule, quality assurance, control and management of funding, technical performance, government communications, managing risk, and overall mission success. The Contractor maintains personnel with appropriate experience and qualifications are in place to ensure the success of MRBM target development and integration, target launch preparation, and target launch. If no alternate sources are identified, the Government intends to issue a sole source modification for PMO on the MRBM T1/T2 Contract, HQ0147-14-C-0001 to Aerojet Rocketdyne Coleman Aerospace Inc. (ARCA), CAGE 7VXX4, 7675 Municipal Dr., Orlando, FL 32819-8930 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 ARCA 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 ARCA owns the MRBM T1/T2 Technical Data Package. The period of performance for this effort will be the existing contract period of performance ending on December 31, 2029. Under the modification discussed above, the existing MRBM T1/T2 contract period of performance will not be extended. This notice is intended to meet the requirements of both FAR Part 5 and DFARS PGI 206.302-1. Description of the Requirement: MDA/DT has a current requirement for continued ILS, through Calendar Year (CY) 2029. ILS includes transportation, sustainment, inventory management of launch vehicle modules or integrated launch vehicles and preventative maintenance, etc., for targets 1-12. With emergent IMTP requirements that extended the schedule, this ILS support is needed to support targets 1-12 through CY 2029. MDA/DT has a current requirement for continued PMO, through Calendar Year (CY) 2029. PMO includes project planning, managing schedule, quality assurance, control and management of funding, technical performance, government communications, managing risk, and overall mission success, etc., for targets 1-12. With emergent IMTP requirements that extended the schedule, this PMO support is needed to support targets 1-12 through CY 2029. Responses: 1) Responses should address the ability to perform ILS and PMO for air-launched MRBM T1/T2 targets while complying with MDA�s Systems Engineering Processes. 2) Responses should also address the associated detailed schedule that supports ILS and PMO for air-launched MRBM T1/T2 targets. 3) Responses should also address the cost estimate associated for the effort. 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 Unique Entity Identifier (UEI) number and CAGE code Any Government ordering vehicles (General Services Administration, Defense Logistics Agency, etc.), if applicable Provide a capability statement for conducting the MRBM T1/T2 ILS and PMO options 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, 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. Small Business: Because one objective of this RFI is to determine the capability of small business to meet the requirements contained herein, and to inform the acquisition strategy with regard to setting aside any future acquisitions for small businesses, MDA request 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 partners� past experience applicable to requirements specified in this Sources Sought. Responsible small businesses planning teaming arrangements to meet the support 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 Sources Sought. 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 May 07, 2025, 3:00pm, central time and should be submitted via email (TC-FutureAcquisitions@mda.mil). No telephone inquiries will be accepted.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/1debbb7b353147c4aaca2c62c02cb860/view)
- Place of Performance
- Address: Orlando, FL 32819, USA
- Zip Code: 32819
- Country: USA
- Zip Code: 32819
- Record
- SN07417866-F 20250424/250422230047 (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 |