Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 10, 2015 FBO #5069
SPECIAL NOTICE

A -- Request for Information for Market Research

Notice Date
10/8/2015
 
Notice Type
Special Notice
 
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
HQ0147-16-DEO
 
Archive Date
11/7/2015
 
Point of Contact
Charles T. Clements, Phone: 2564503610, Jasper Johnson, Phone: 2564504343
 
E-Mail Address
charles.clements@mda.mil, jasper.johnson@mda.mil
(charles.clements@mda.mil, jasper.johnson@mda.mil)
 
Small Business Set-Aside
N/A
 
Description
Request for Information for Market Research Analytical Services for the Missile Defense Agency Director of Engineering Quick Reaction Team 1. Objective The Missile Defense Agency (MDA) is conducting market research to determine interest in and capability to deliver analytical services to include, but not limited to, modeling and simulation (M&S) capabilities for: a. Medium fidelity modeling of all Ballistic Missile Defense System (BMDS) elements to support estimation of Ballistic Missile Defense (BMD) integrated system performance, b. Multi-day campaign modeling of the BMDS raids to include multiple warfighter shot doctrines and including the impacts of friendly force attrition, c. Models of Ground-Based Midcourse Defense Fire Control shot planning logic and shot guide to selection, d. Six degrees of freedom modeling of MDA ground-based interceptors, THAAD, Standard Missile-3, PATRIOT, airborne interceptors and railgun projectiles, e. Kalman filter track estimation of BMD radars including Sea-Based X-Band Radar, Army/Navy Transportable Radar Surveillance, Upgraded Early Warning Radar, and Cobra Dane, f. Modeling and assessment of radar surveillance fences to include calculation of probability of detection and radar resources, g. Modeling of target object map correlation methods and statistical performance, h. Infrared discrimination modeling including generation of object features and multiple weighting techniques, and i. Radio frequency discrimination modeling including generation of object features and multiple weighting techniques. The capability requires a model or models that have been validated, verified and accredited by a Department of Defense entity. The outputs from the M&S activities must be consistent with MDA element higher fidelity modeling and simulation. The capability requires a model or models that have been validated, verified and accredited by a D epartment of Defense entity and been shown to be consistent with MDA element higher fidelity modeling and simulation. The capability requires making comparative trade studies use the Prioritized Capability List and other stakeholder inputs such as definition of Phased Adaptive Approach phases, Analysis of Alternatives studies, and department guidance to produce an Architecture Vision and Roadmap and Initial Requirement Documents. The capability requires performing analyses and delivering products that support the development of technical papers and briefings in response to requests for information and analysis from MDA senior leadership, US Combatant Commanders, the Office of the Secretary of Defense, the White House and Congress with occasional 24/7 surge support during real world events and other critical need efforts. The capability requires performing analyses, delivering products and information that support MDA's response to Government Accountability Office audit action items. This Request for Information (RFI) is intended to help MDA make informed acquisition decisions and business case analyses to: 1. Assess the current marketplace and existing industry capabilities to fulfill the scope of work, either as a single contract activity or under multiple contract actions; 2. Obtain recommendations from industry on the acquisition strategies and approaches (including contract and incentive structures) that are available to support the scope of work; 3. Identify and assess the major risks; 4. Identify and mitigate any potential barriers to competition; 5. Determine industry data/information needs to support proposal preparations; and 6. Identify areas that could be set-aside for small business. 2. Market Research Participation in this market research by a potential responder is strictly voluntary in accordance with the provision of the Federal Acquisition Regulation (FAR) 52.215-3, Request for Information or Solicitation for Planning Purposes. The government will not pay for the information solicited herein nor for any costs that are incurred as a result of responding to this request for information (RFI). This includes, but is not limited to, costs associated with attending any industry day activities that may be held or for any other costs incurred by a party electing to provide information in response to this RFI. This RFI does not constitute a request for quote (RFQ), invitation for bid (IFB), request for proposal (RFP) or promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the Government to contract for any supply or service. Further, the Government is not seeking quotes, bids, or proposals at this time and will not accept unsolicited proposals in response to this market research notice. The Government reserves the right to use information provided by respondents for any purpose deemed necessary. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. 3. Capability Statement A party that believes it possesses the ability to provide the required services should ensure that its response is complete and sufficiently detailed to allow the Government to determine the respondent's qualifications to perform the work. Respondents are required to meet all the capabilities outlined in this RFI. The information provided must be of sufficient detail regarding previous experience on similar requirements (include size, scope, complexity, timeframe, and which government agency), pertinent certifications, etc., that will facilitate making an assessment of the capability statement. Capability statements must also include the name, telephone number, and e-mail address of a point of contact having authority and knowledge to discuss the response with Government representatives. The NAICS code for this is 541712. No classified, confidential, or sensitive information should be included in your response. 4. Capability Statement Requirements Interested parties are requested to provide an information package consisting of the following: a. A one (1) page profile of your company, including company name, point of contact, address, telephone and fax numbers, e-mail Address, DUNS number, CAGE code and/or Tax ID number, and socio-economic business/company profile (e.g., Large/Medium/Small Business [SB], Small Disadvantaged, 8a [both Woman Owned], Native American, Woman Owned [other than 8a], Service Disabled Veteran, HUBZone SB, other, etc.). Respondents and/or Prospective Offerors (if a solicitation is issued) and its subcontractors/suppliers must be U.S. firms/businesses and not foreign owned, controlled, or influenced. b. A capabilities paper/document (no more than 10-pages constrained by the page limits identified above), single-spaced, minimum 12-point Times New Roman (or equivalent)) describing corporate experience and/or past performance in the areas described in the requirements scope in paragraph 1 above. Do not submit generic corporate marketing materials for this RFI, it will not be reviewed by MDA. Based on the level of interest and the apparent capability of industry to perform in these areas, the Government reserves the right to develop an acquisition strategy to pursue a solicitation as a single contract or as multiple contract actions, if any. MDA reserves the right to request follow-up information and/or capability presentations from RFI respondents as needed, as a result of the information received from this RFI. The purpose of these follow-up questions and discussions is for MDA to better understand the market capabilities in relation to the various acquisition strategies available for this effort. Information received from follow-up questions and presentations is considered part of the overall market research activity and will be conducted in accordance with FAR Part 15.201. 5. Instructions Address all capability statements requested in this RFI in writing via e-mail to Jasper Johnson, Jasper.johnson@mda.mil. In accordance with the Paperwork Reduction Act, RFI submissions will only be accepted electronically. Responses to this RFI are due no later than 23 October 2015. All submitted information will be handled accordingly as marked. MDA will not accept any responses submitted as classified information. Industry is encouraged to respond with information not constrained by proprietary data rights. If proprietary data is included in the reply, the participant respondent is responsible for appropriate markings. Participants are responsible for adequately marking proprietary information contained in their response and any proprietary information MUST be marked as such on a paragraph-by-paragraph basis. MDA intends to use third party, non-Government (contractor) support personnel as SMEs in the review of responses received, 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 personnel and are on file with MDA. A submission of a response to this RFI constitutes the participant'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. The resultant knowledge will enable MDA to achieve the best value acquisition of systems, commodities, components, technologies, capabilities, or services to fulfill its complex mission. Approved for Public Release 15-MDA-8433 (7 October 15)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/43d5c9f58515f56e364f5d2e02f7848a)
 
Place of Performance
Address: Not location dependent, United States
 
Record
SN03917798-W 20151010/151008234514-43d5c9f58515f56e364f5d2e02f7848a (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 |
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.