MODIFICATION
D -- Phased Adaptive Approach (PAA) Phase III/IV Command and Control, Battle Management, and Communications (C2BMC) Capability
- Notice Date
- 8/16/2011
- Notice Type
- Modification/Amendment
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- Other Defense Agencies, Missile Defense Agency, MDA-DACK, Huntsville, Huntsville, Alabama, United States
- ZIP Code
- 00000
- Solicitation Number
- HQ0147-11-R-0012
- Archive Date
- 9/21/2011
- Point of Contact
- Pamela Bible, Phone: 256.450.3124
- E-Mail Address
-
pamela.bible@mda.mil
(pamela.bible@mda.mil)
- Small Business Set-Aside
- N/A
- Description
- A-Information Request for Phased Adaptive Approach (PAA) Phase III/IV Command and Control, Battle Management, and Communications (C2BMC) Capability Notice Type: Request For Information Posted Date: Aug 5, 2011 Response Date: Sept 6, 2011 Archiving Policy: Automatic, on specified date Archive Date: Original Set Aside: N/A Set Aside: N/A Classification Code: D - Information Technology Design and Development NAICS Code: 541712 - R&D in the Physical, Engineering and Life Sciences 1. Background: The Missile Defense Agency (MDA) is responsible for developing an integrated Ballistic Missile Defense System (BMDS), integrating land, sea, air, and space-based assets to defend the United States, deployed forces, and friends and allies from ballistic missile attack. MDA is further responsible for delivering BMDS capability using a Phased Adaptive Approach (PAA). 2. Description: a. Request for Information (RFI). This Sources Sought Synopsis is being conducted by MDA to gauge industry's interest in developing efficient and effective approaches to deliver PAA Phase III/IV Command and Control, Battle Management, and Communications (C2BMC) capability. This capability will be developed as a Spiral for C2BMC. This Spiral includes system engineering, software development, integration, test, verification and validation, assessment, training, fielding and sustainment support. This C2BMC Spiral capability will be built upon the previous spiral based on a Modular Open Systems Approach (MOSA), currently under development. The PAA III/IV C2BMC deliverables include software modules and associated data products, integration with/on the C2BMC hardware and software architecture currently under development, upgraded BMD planner, new/upgraded external interfaces, trainer upgrades and documentation, system test plans, procedures, documentation and logistics support planning. All new technologies proposed should include an assessment of their current Technology Readiness Level (TRL). As a guide, use the DoD Defense Acquisition Guidebook. This requirement is a part of the C2BMC BMD program element (MDA/BC). b. Detailed Description. 1) Phased Adaptive Approach (PAA) Phases: a) Phase I: Initial Short-Range Ballistic Missile (SRBM), Medium-Range Ballistic Missile (MRBM), and Inter-Continental Range Ballistic Missile (IRBM) Defense in Europe. Initial missile defense capability in Europe is based on the current Aegis BMD weapon system with current interceptors, forward-based radars, and the C2BMC system, which will improve connections to NATO command and control structures. Additionally, point defense systems will be available for deployment in this and subsequent phases. b) Phase II: Enhanced MRBM Defense in Europe Phase II provides a robust capability against SRBMs and MRBMs by employing several different interceptors with different engagement timelines to counter each missile threat. This architecture includes the deployment of the next generation of the Aegis BMD weapon-fire control system, with enhanced interceptors at sea and at an Aegis Ashore site. These interceptors will have an improved discrimination capability. Additional BMDS improvements include an enhanced C2BMC, which enables interoperability among the BMDS elements, incorporates earlier tracking, and improves system-level correlation and tracking. c) Phase III/IV: Enhanced IRBM Defenses in Europe. Deployment of a future generation interceptor is anticipated at multiple Aegis Ashore sites and at sea to provide enhanced protection from IRBMs. Additional BMDS improvements during this phase include expanded coordination of missile defense fire control systems and improvements to radar discrimination. The anticipated Precision Tracking Space System (PTSS) satellites will detect and track hostile ballistic missiles over their entire flight and enable earlier engagements to improve homeland and regional defense. The expected deployment of the Airborne Infrared (ABIR) sensor will provide capability for early track of many targets, from forward locations, to reduce intercept timelines. The future generation interceptor will provide an early intercept capability against MRBMs and IRBMs and provide an additional layer for a more enhanced homeland defense against ICBMs launched from regional threats. Advanced discrimination technologies also will be deployed during this phase, including GMD's use of fused data from the entire network of BMDS sensors to improve homeland defense. 2) Phase III/IV Spiral Activities: Phase III/IV Software Development activities include the development, integration, and testing of C2BMC software and any additional hardware required to achieve an integrated PAA III/IV capability as described above. This effort will specifically prove out the capability of integrating IR based sensors for weapons engagements using remote tracks, track level IR/RF fusion, integrated system discrimination, and external BMDS sensor tasking and data usage. 3) Spiral Development of Software Capabilities: The C2BMC program uses spiral development (i.e., incremental development, test, and fielding) to produce the hardware, algorithms, software, network connectivity, and fielded support required to provide a system-wide, integrated ballistic missile defense capability. As C2BMC products mature they are engineered and integrated into fielded spirals. The average timeframe to develop a spiral is 24-36 months followed by a period of qualification testing. Multiple spirals are in staggered stages of development at any time. Delivered spirals enable progressively increased abilities to plan ballistic missile defense, see the battle unfold on common situational awareness displays, remotely manage sensors worldwide, process track data to discern warhead and associated ballistic path and forward engagement information to BMD weapons systems (such as Ground Based Missile Defense, THAAD, Patriot, and Aegis BMD) across a global-grid communications network to defeat an adversary's attack. 4) C2BMC Capabilities: Current and near term C2BMC capabilities are provided in four areas: BMDS Planner, Situational Awareness, Global Engagement Manager (GEM), and BMD Communication Network (BMD Network). a) BMDS Planner: The Planner provides warfighters the capability to explore the effectiveness of various defensive designs in order to plan the most effective defense by optimizing the location and mix/pairing of sensors and interceptors. The Planner is flexible enough to allow the warfighter to function in the three modes of activity: Deliberate Planning (months before a battle), Crisis Action Planning (hours or days before an attack, based on updated information), and Dynamic Planning (near real-time agility for changing situations). System models used in the Planner today include the Ground Based Midcourse Defense (GMD) system, used to defend the US; and the AN/TPY-2 radar, Aegis BMD, PATRIOT, and Terminal High Altitude Area Defense (THAAD) systems used to defend against theater missile attacks. b) Situational Awareness: This capability is used to turn detailed data into usable information that commanders can act on in the event of a missile defense threat. Situational Awareness information is provided by the Combatant Commands' Command and Control screens (displays and decision aids). Situational Awareness display emphasizes a common ballistic missile picture and summary screens used at the Presidential level down to the operational level of command. c) Global Engagement Manager (GEM): The GEM provides the first BMDS battle management capability through C2BMC. GEM provides the foundation for various BMD elements and external sensors and interceptors to work synergistically for optimal performance. The GEM will provide enhanced sensor management control of world-wide X-band and IR sensors radars, assign a specific sensor to track a specific threat, calculate the "most likely" track of an incoming missile, and then recommend the most effective weapon to target pairing, maximizing probability of hit/kill. d) BMD Network: The BMD Network ties together sensors (both BMDS radars and space sensors) and weapons systems via the Combatant Commander (COCOM) C2 and GEM enabling the National Command Authority and the commanders at the strategic, theater and tactical levels to optimally engage ballistic missile threats at any range, in any phase of flight, at any time including near simultaneous theater, regional and homeland attacks. The BMD Network builds on existing and new global grid data and communications networks to provide a robust, end-to-end, high availability, operational Communications Network (COMNET) infrastructure, which quickly and unambiguously shares information across the global BMDS. This sharing of information is performed securely with special emphasis on preventing cyber attack via a BMDS Network Operations and Security Center (BNOSC). Effective networking management and operations relies on the ability to manage, coordinate, and integrate: a wide variety of equipment platforms; interfaces with other DoD communications systems; existing/evolving information standards and capabilities, and adherence to DoD Information Assurance Certification and Accreditation Process (DIACAP). Defense Information Systems Agency (DISA) services are also highly leveraged in providing world-wide communications. 3. Reponses: The intended outcome of this synopsis is to determine industry's interest and ability to provide efficient and effective approaches to deliver PAA Phase III/IV C2BMC capability. Responders may provide information on: a) approaches to develop and integrate the entire Phase III/IV Spiral capability into the BMDS b) approaches to develop portions and integrate the entire Phase III/IV Spiral capability, including portions from other vendors c) developing and providing for integration of portions of the Phase III/IV Spiral C2BMC This is an announcement for informational planning purposes only and does not constitute a Request for Proposal, nor is it to be construed as a commitment by the Government. Responses must follow the following guidelines: All responses are limited to no more than (20) twenty 8.5 inch X 11 inch pages using Times New Roman 12 pt font, with 1 inch margins on top, bottom and sides (11 inch X 17 inch foldouts shall be counted as two pages). Addendums may be added to meet the Government's request for additional cost detail (2 pages - top level Rough Order of Magnitude (ROM) of the technical work described in submission ), answer the Government's questions regarding the technical data package (TDP) (1 page), and recommendations for future contract construct (2 pages) (see below). These addendums will not count against the twenty page RFI response limitation. Responses must provide the following information: a. Company profile to include number of employees, annual revenue history, office locations, DUNs number, etc. b. Explanation of the respondent's ability to perform the capabilities described above (in whole or in part). This should include a description of the company's effort in the past three years in support of same/similar requirement(s). Include information such as contract number, organization supported; indicate if your role was a prime or subcontractor, contract value, Government points of contact and current telephone numbers, and a brief description of how the contract referenced relates to the technical services described herein. Of particular interest are experiences where your company has developed international capabilities jointly with host nations that share resources and sustain interoperability with US systems, experiences where company has managed multiple contractors in a unified team developing capabilities, and experiences in fast-paced, dynamic programs with constant requirements change. c. Description of the company's recommended approach to transition work from S8.2 to ensure successful delivery of S8.4 products. d. If the company is recommending parts of the PAA Phase III/IV C2BMC Capability program for separate development, provide the company's strategy to seamlessly integrate your parts with the other parts you are not developing with minimal schedule, cost, and performance risk. e. The cover page should contain: company name and address, primary and one alternate point of contact, telephone and email address, cage code, NAICS code, and small business category (if applicable). For all email correspondence, please use the following subject line: HQ0147-11-R-0012 Spiral 8.4 Command and Control, Battle, Management, Communications Capability. MDA will not acknowledge receipt of unclassified responses to this RFI. f. Specifically what technical data is needed for your company to be able to provide a proposal for this program. g. Your recommended contract construct for this effort. This includes, but is not limited to, number of contracts (recommended breakout of work), contract type, and incentive and fee structures. Include your rationale for each recommendation. 4. Marking. Potential sources are responsible for adequately marking proprietary information contained in their response. Any proprietary information must be marked as such on a page-by-page basis. 5. Response Submissions. Packages shall be submitted electronically to the Contracting/Agreements Officer in Microsoft Word Format or Portable Document Format (PDF) at the following address: pamela.bible@mda.mil. All responses to this announcement must be received by close-of-business Sept 6, 2011. Submitted information will not be returned to the interested party. MDA may not acknowledge receipt of responses to this RFI. If a receipt is desired, potential sources should submit statements electronically and select "read receipt request" from electronic mail options. Communications with MDA with regard to this RFI will be permitted only electronically during the RFI response period, ending Sept 6, 2011. It is anticipated that all information submitted will be unclassified. If it is necessary to submit classified information, please contact the Contracting Officer for submittal instructions. 6. Response Review. Information received will be considered solely for the purpose of determining the acquisition strategy. Notwithstanding the responses received, the acquisition strategy is at the Government's sole discretion. The Government may use selected Federally Funded Research and Development Corporations (FFRDC), Advisory and Assistance Services, (A&AS), Systems Engineering and Technical Assistance (SETA) contractor personnel to assist in the evaluation and administrative handling of responses submitted to this announcement. These persons are bound by appropriate non-disclosure agreements to protect proprietary and source selection information. The Contracting/Agreements Officer will conduct an Organizational Conflict of Interest (OCI) review to ensure that evaluators do not evaluate proposals of their competitors or of their own company. Additionally, industry partners providing the requested support must comply with applicable OCI requirements. For guidance on OCIs, see FAR Subpart 9.5. 7. Compensation. This is an announcement for informational planning purposes only. The release of this synopsis is to gain information on sources and capabilities. Participation in this effort is voluntary with no cost or obligation to be incurred by the Government. The Government will not pay for any materials provided in response to this RFI. Responses will not be considered as proposals nor will any award be made as a result of this RFI. Respondents will not be notified of the results of any review of this RFI; however, clarification of submissions may be requested by the Contracting Officer. 8. Security Clearance. The highest level of personnel and facility security classifications assigned to the current program is Top Secret / Sensitive Compartmentalized Information (SCI).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/542fa5adac990468d0d6b4a0e363e395)
- Place of Performance
- Address: Redston Arsenal, Alabama, 35898, United States
- Zip Code: 35898
- Zip Code: 35898
- Record
- SN02535558-W 20110818/110816235040-542fa5adac990468d0d6b4a0e363e395 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |