FedBizOps Sources Sought

Similar documents
Missile Defense Agency

UNCLASSIFIED. Cost To Complete Total Program Element JA6: Joint Air-To-Ground Missile (JAGM)

UNCLASSIFIED UNCLASSIFIED

UNCLASSIFIED FY 2016 OCO. FY 2016 Base

UNCLASSIFIED. FY 2016 Base FY 2016 OCO. Quantity of RDT&E Articles Program MDAP/MAIS Code: 468

UNCLASSIFIED. R-1 ITEM NOMENCLATURE PE F: Evolved Expendable Launch Vehicle Program (SPACE) - EMD

UNCLASSIFIED. UNCLASSIFIED Air Force Page 1 of 11 R-1 Line #92

BMDO RDT&E BUDGET ITEM JUSTIFICATION (R-2 Exhibit)

THAAD Overview. DISTRIBUTION STATEMENT A. Approved for public release; distribution is unlimited. THAAD Program Overview_1

UNCLASSIFIED. UNCLASSIFIED Army Page 1 of 8 R-1 Line #124

UNCLASSIFIED UNCLASSIFIED

UNCLASSIFIED UNCLASSIFIED

UNCLASSIFIED R-1 ITEM NOMENCLATURE FY 2013 OCO

UNCLASSIFIED. FY 2017 Base FY 2017 OCO. Quantity of RDT&E Articles Program MDAP/MAIS Code: 493

UNCLASSIFIED R-1 ITEM NOMENCLATURE. FY 2014 FY 2014 OCO ## Total FY 2015 FY 2016 FY 2017 FY 2018

UNCLASSIFIED. UNCLASSIFIED Air Force Page 1 of 8 R-1 Line #90

The Shifting Sands of Government IP. John McCarthy Karen Hermann Jon Baker

Request for Information (RFI) For Network Monitoring & Management (NMC/OMC) Services

REQUEST FOR INFORMATION (RFI) DEP Posting Number:

UNCLASSIFIED UNCLASSIFIED

UNCLASSIFIED. R-1 ITEM NOMENCLATURE PE A: Joint Air-to-Ground Missile (JAGM) FY 2012 OCO

UNCLASSIFIED R-1 ITEM NOMENCLATURE PE A: ARMY INTEGRATED AIR AND MISSILE DEFENSE (AIAMD) FY 2012 OCO

PREPARATION OF A DD FORM 254 FOR SUBCONTRACTING. Cal Stewart ISP

A udit R eport. Office of the Inspector General Department of Defense. Report No. D October 31, 2001

UNCLASSIFIED. FY 2016 Base FY 2016 OCO

Phase I Submission Name of Program: TARGETS & COUNTERMEASURES PROGRAM

UNCLASSIFIED R-1 ITEM NOMENCLATURE FY 2013 OCO

UNCLASSIFIED. R-1 Program Element (Number/Name) PE A / Indirect Fire Protection Capability Increment 2-Intercept (IFPC2)

UNCLASSIFIED. R-1 Program Element (Number/Name) PE D8Z / Prompt Global Strike Capability Development. Prior Years FY 2013 FY 2014 FY 2015

UNCLASSIFIED R-1 ITEM NOMENCLATURE

UNCLASSIFIED R-1 ITEM NOMENCLATURE FY 2013 OCO

UNCLASSIFIED. UNCLASSIFIED Air Force Page 1 of 16 R-1 Line #76

UNCLASSIFIED. UNCLASSIFIED Air Force Page 1 of 8 R-1 Line #86

UNCLASSIFIED. UNCLASSIFIED Air Force Page 1 of 15 R-1 Line #232

UNCLASSIFIED UNCLASSIFIED

UNCLASSIFIED R-1 ITEM NOMENCLATURE. FY 2014 FY 2014 OCO ## Total FY 2015 FY 2016 FY 2017 FY 2018

UNCLASSIFIED R-1 ITEM NOMENCLATURE FY 2013 OCO

REQUEST FOR PROPOSALS FOR INFORMATION TECHNOLOGY SUPPORT SERVICES

Lexington Center Corporation Request for Qualifications for PROJECT COORDINATOR SERVICES

UNCLASSIFIED R-1 ITEM NOMENCLATURE

UNCLASSIFIED. FY 2016 Base FY 2016 OCO

Request for Proposal (RFP) (P ) PeopleSoft FSCM and HCM 9.2 Upgrade Project

WAM v2 Upgrade Readiness Assessment & Pre-Implementation Plan

UNCLASSIFIED R-1 ITEM NOMENCLATURE FY 2013 OCO

Request for Solutions: Distributed Live Virtual Constructive (dlvc) Prototype

We Energies Renewable Energy Workforce and Economic Development Grant Program

Huntsville Aerospace Marketing Association Monthly Luncheon

UNCLASSIFIED. R-1 Program Element (Number/Name) PE F / Advanced Medium Range Air-to-Air Missile (AMRAAM) Prior Years FY 2013 FY 2014 FY 2015

UNCLASSIFIED FY 2016 OCO. FY 2016 Base

Missile Defense Agency Small Business Innovative Research (SBIR) /

UNCLASSIFIED R-1 ITEM NOMENCLATURE

N/JT CNTR RADIO CONTROLLED IED ELEC WAR (JCREW)

REQUEST FOR INFORMATION (RFI) AUTOMATED PARK ENTRY TECHNOLOGY SOLUTIONS DEP RFI Number: C

UNCLASSIFIED R-1 ITEM NOMENCLATURE FY 2013 OCO

UNCLASSIFIED R-1 ITEM NOMENCLATURE

Department of Defense DIRECTIVE

UNCLASSIFIED R-1 ITEM NOMENCLATURE FY 2013 OCO

Department of Defense (DoD) Trusted Microelectronics

UNCLASSIFIED. FY 2016 Base FY 2016 OCO

UNCLASSIFIED. UNCLASSIFIED Air Force Page 1 of 7 R-1 Line #91

ARMY RDT&E BUDGET ITEM JUSTIFICATION (R-2 Exhibit)

UNCLASSIFIED. FY 2016 Base FY 2016 OCO. Quantity of RDT&E Articles

UNCLASSIFIED. UNCLASSIFIED Air Force Page 1 of 7 R-1 Line #90

UNCLASSIFIED. FY 2016 Base FY 2016 OCO

UNCLASSIFIED. UNCLASSIFIED Air Force Page 1 of 7 R-1 Line #91

Systems Engineering & LRASM

UNCLASSIFIED FY 2016 OCO. FY 2016 Base

UNCLASSIFIED R-1 ITEM NOMENCLATURE FY 2013 OCO

ARMY RDT&E BUDGET ITEM JUSTIFICATION (R2 Exhibit)

UNCLASSIFIED. FY 2016 Base FY 2016 OCO

Medicaid EHR Incentive Program Electronic Submission of Clinical Quality Measures Request for Information (RFI) RFI # DHCAA

Exhibit R-2, RDT&E Budget Item Justification February 2004

Request for Proposal: NETWORK FIREWALL

Historical Imagery Digitization Data Project

KC-46A Tanker DoD Budget FY2013-FY2017. RDT&E U.S. Air Force

UNCLASSIFIED R-1 ITEM NOMENCLATURE FY 2013 OCO

RFP No. FY2017-ACES-02: Advancing Commonwealth Energy Storage Program Consultant

Scope of Services The City is seeking consulting services for the following tasks:

UNCLASSIFIED. UNCLASSIFIED Army Page 1 of 10 R-1 Line #161

UNCLASSIFIED FY 2016 OCO. FY 2016 Base

UNCLASSIFIED. R-1 ITEM NOMENCLATURE PE A: Biometrics Enabled Intelligence FY 2012 OCO

2018 Annual Missile Defense Small Business Programs Conference

UNCLASSIFIED UNCLASSIFIED

REQUEST FOR PROPOSAL. The City of Oneida, NY

Small Business Opportunities with the Naval Air Systems Command

UNCLASSIFIED. R-1 ITEM NOMENCLATURE PE N: Surface Ship Torpedo Defense FY 2012 OCO

UNCLASSIFIED. FY 2016 Base FY 2016 OCO

UNCLASSIFIED. FY 2016 Base FY 2016 OCO

UNCLASSIFIED. R-1 Program Element (Number/Name) PE F / Space Based Infrared System (SBIRS) High EMD. Prior Years (+) FY 2013 FY 2014 FY 2015

INTERNATIONAL INDUSTRIAL SECURITY REQUIREMENTS GUIDANCE ANNEX

2016 Major Automated Information System Annual Report

U.S. Army Contracting Command - Redstone LEAD- Directorate of Contracting

UNCLASSIFIED. FY 2016 Base FY 2016 OCO

UNCLASSIFIED. FY 2017 Base FY 2017 OCO

ARMY RDT&E BUDGET ITEM JUSTIFICATION (R-2 Exhibit)

Theatre High Altitude Area Defense Missile Systems (THAAD) Parts Standardization and Management Committee Conference.

UNCLASSIFIED. Cost To Complete Total Program Element 1, , : Evolved Expendable Launch Vehicle

UNCLASSIFIED R-1 ITEM NOMENCLATURE FY 2013 OCO

UNCLASSIFIED UNCLASSIFIED. EXHIBIT R-2, RDT&E Budget Item Justification RDT&E,N/ 07

UNCLASSIFIED. R-1 Program Element (Number/Name) PE F / Joint Air-to-Surface Standoff Missile (JASSM) Prior Years FY 2013 FY 2014 FY 2015

Transcription:

General Information FedBizOps Sources Sought Document Type: Sources Sought Solicitation Number: MDAFY15TCRFI03Rev3 Original Posted Date: 22 September 2015 Original Response Date: 23 November 2015 Current Posted Date: 20 July 2016 Current Response Date: 4 August 2016 Classification Code: A Research & Development Set Asides: N/A NAICS Code: 541712 Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology) This notice is being published in accordance with Federal Acquisition Regulation (FAR) Part 5.101 requiring the dissemination of information for proposed contract actions. This is a request for information notice to identify capable sources to fulfill the below described requirements. Contracting Office Address The Missile Defense Agency/DACT, Attn: Jillian Downs, Bldg 5222, Martin Road, Redstone Arsenal, AL 35898 Description The Missile Defense Agency (MDA) is conducting market research through this Request for Information (RFI) to determine interest and capability for production of Modified Ballistic Reentry Vehicles (MBRV) and Re-Entry Vehicle Separation Modules (RVSM), associated Ground Support Equipment (GSE), target integration activities and flight test execution activities. Background The MBRV and RVSM models that are associated with this RFI are the MBRV-7, MBRV-8, RVSM-7, and RVSM-8. The MBRV is a primary testing object to emulate a threat re-entry vehicle in either exo-atmosphere or endo-atmosphere depending on the objectives of the flight test. The RVSM is a target vehicle structure that provides mechanical and electrical interfaces for the MBRV to the Launch Vehicle (LV). Figure 1 shows the notional MBRV-RVSM-LV concept. The RVSM has an interface to the LV defined in an Interface Control Document (ICD) that will be provided with this RFI package. The MBRV RVSM joint is the separation plane and contains the MBRV separation system hardware. The current inventory MBRV and RVSM requirements will be provided as part of this RFI for review and comment. The MDA has a high interest in modifications to the current baseline design, including instrumentation, and the fabrication techniques that results in both cost efficiency and ease of producibility provided that the modifications meet the requirements and not negatively impact performance. Any proposed design, hardware and software, will be required to complete a full qualification program as

defined in the MDA Assurance Provisions (MAP), MDA Parts, Materials, and Processes Mission Assurance Plan (PMAP) and the SMC-S-016 Test Requirements for Launch, Upper-Stage, and Space Vehicles. The MAP and PMAP will be provided with the RFI Figure 1: Notional MBRV RVSM RVA configuration. Not to scale. MDA will provide the MBRV Target System Performance Specification (TSPS), the RVSM Component Performance Specification (CPS), the Target Class Capabilities & Requirements (TCC&R) and the Ballistic Missile Defense Target System (BMDS) Security Classification Guide (SCG). The list of documents available upon request is included at the end of this RFI. Expectations for Solicitation All hardware, software, manufacturing and development processes must be in compliance with approved MDA Quality, Safety and Mission Assurance requirements. The MBRV must comply with all requirements as provided in the TSPS. To ensure the design, development, and performance of the RVSM meets functional needs for deployment of the MBRV, the RVSM must comply with all requirements as provided in the RVSM CPS and the RVSM Interface Control Document (ICD). The MDA is seeking sources with demonstrated success and experience in ballistic missile vehicle design, development, modeling, assembling, integration and testing of MBRV vehicles. The production and delivery Concept of Operations (CONOPS) would have a performer be responsible for all aspects of an MBRV and RVSM with the following requirements being fulfilled. 1. Design, Development, Production and Integration cost and schedule must be provided for the potential MBRV/RVSM using the MBRV/RVSM TSPS and RVSM ICD provided.

2. Design, Development, Production and Integration cost and schedule must be provided for the cost effective MBRV/RVSM using the MBRV/RVSM TSPS and RVSM ICD provided. The cost and schedule submitted for the cost effective approach must include cost and schedule impacts associated with all qualification testing programs. 3. Verification and validation of the responsiveness and performance of the final products using developed flight software in a hardware in the loop facility to provide confidence in the MBRV s ability to meet the flight test requirements when integrated with Government Furnished Equipment hardware. 4. Close out integration operations and provide documentation of close out for mission assurance review and acceptance. 5. Conduct integration activities with the All Up Round (AUR) prime integrator at the integration facilities. 6. Conduct flight test execution operations at the MDA flight test facilities. This is for 3 flight tests utilizing the MBRV-7/RVSM-7 and 12 flight tests utilizing the MBRV- 8/RVSM-8. 7. Evidence of compliance with the MDA Assurance Provisions (MAP) and Parts, Materials, and Processes Mission Assurance Plan (PMAP) and SMC-S-016. The latest versions of MAP, PMAP and SMC-S-016 will be provided to interested parties upon request to the Contracting Officer. Capability Statement Any responsible source may submit a capability statement (not-to-exceed 10 pages). Capability statements must identify all anticipated nonrecurring engineering costs and include a feasible schedule with the plan demonstrating a capability to deliver a minimum quantity of 3 MBRV- 7/RVSM-7 with a first unit delivery in first quarter of FY2021 and a quantity of up to 12 MBRV- 8/RVSM-8 with a first unit delivery in the first quarter of FY2019. All capability statements received by the response date will be considered. Capable sources qualified and interested in providing the RVA and or components of the MBRV RVSM models are encouraged to respond. This RFI will be evaluated by MDA based on the contractor s ability to: 1. Show ability to manufacture and deliver hardware with minimal associated nonrecurring engineering. 2. Show a cost-effective solution that meets MDA s financial goals without negatively impacting the performance as defined in the TSPS. 3. Demonstrate the ability to provide timely upgrades and modifications without an impact to cost, schedule and scope. 4. Demonstrate the organizations ability to meet technical and functional requirements for the TSPS to meet performance requirements. 5. Demonstrate expertise in the area of MBRV planning, design, development, manufacture and integration. 6. Show the ability to perform fabrication of classified hardware.

7. Show the ability to execute a full qualification testing program of flight hardware and software associated with MBRV/RVSM development. 8. Demonstrate a quality management program that meets or exceeds what is defined in the MAP. 9. Show an established history of managing production type projects. 10. Show that the organization is capable of working with external organization(s) responsible for flight test execution. 11. Show that the organization is capable of working with external organizations to meet the overall requirements. The response should provide the following information to ensure a timely and comprehensive evaluation using the above evaluation criteria: 1. Provide the contact information for the primary contact receiving a follow-on RFP, e.g., organization, individuals name, address, phone number and email address (not counted against the 10 page limit). 2. Provide the organizations business model or background (not counted against the 10 page limit). 3. Provide experience in the area of developing and building similar systems as the MBRV. 4. Provide all anticipated nonrecurring engineering costs and include a feasible schedule. 5. Provide an overview of the technical approach to meet the production of the MBRV and RVSM following the MBRV TSPS, and TCC&R ensuring the BMDS SCG is followed. 6. Provide a notional schedule showing all major milestone reviews (i.e. SRR, PDR, CDR), and production timelines that reflect the delivery of the first MBRV/RVSM unit. Delivery of the first MBRV-8 and RVSM-8 no later than first quarter FY2019 with delivery of all remaining units no later than first quarter FY2021. Delivery of the first MBRV-7 and RVSM-7 no later than first quarter FY2021 with delivery of remaining units no later than fourth quarter FY2021. RFI Exchange of Information This is not a Request for Proposal or quotation. The Government will NOT pay any costs incurred as a result of responding to this announcement. Submissions of capability statements will be separate from, and have no bearing on, submissions in response to any future Request for Proposal, if one is issued. Eligibility to participate in any future acquisition does not depend upon a response to this notice. MDA will not provide feedback on the responses to this notice. Proprietary information is neither sought nor desired by MDA. If proprietary 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. Do not send any

classified information. Respondents must include current business status (large or small), and applicable socioeconomic status. Non-Government Support Personnel The Government may use third party, non-government (contractor) support personnel as subject matter experts in the review of submissions, including the review of any marked or unmarked proprietary information provided. Appropriate non disclosure agreements have been executed between the third party, non-government (contractor) support personnel and the Government and are on file with the Government. Participation in this effort is strictly voluntary. A submission of a response to this notice constitutes the respondent's acknowledgement and agreement that the information provided in the response, including any marked or unmarked proprietary or source selection information, may be disclosed to these third party, non- Government (contractor) support personnel. Please note that this is not a request for competitive proposals; however, all responsible sources who believe they can meet the requirements may submit a capability statement demonstrating the ability to comply with the above-stated requirements NLT 4 August 2016 at 6:00 PM CDT, to Ms. Jillian Downs, Contracting Officer, at jillian.downs@mda.mil. A determination by the Government not to compete this requirement based on responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Government Point of Contact: Jillian Downs, Contracting Officer, Phone 256-450-2055 Email: jillian.downs@mda.mil List of Documents Available Upon Request: 1. Front Section Common Interface Control Document (ICD) TC-TCE-SPEC-2013-001- Rev B (FOUO) Dated 21 January 2015 2. Ballistic Missile Defense System (BMDS) Security Classification Guide (SCG) (U) SECRET Document Updated: 19 Oct 2010 to include Admin Changes 11 July 2011. 3. Modified Ballistic Reentry Vehicle (MBRV)-8 Targets System Performance Specification, Version 1.0 (U) SECRET Document Dated 2 December 2011 4. Extended Medium Range Ballistic Missile Targets System Performance Specification, Version 3.4 (U) SECRET Document Dated 29 July 2011 5. RVSM-7 Target Component Performance Specification (TCPS), Version 1.1 SECRET Document Dated 5 November 2013 6. Missile Defense Agency Assurance Provisions (MAP) MDA-QS-001-MAP-Rev B Dated 13 June 2014

7. Missile Defense Agency Parts, Materials, and Processes Mission Assurance Plan (PMAP) MDA-QS-003-PMAP-REV B Dated 2 March 2012 8. Target Class Capabilities and Requirements (TCC&R) Version 3.1 (U) SECRET Document Updated: 15 November 2011