SOURCES SOUGHT
14 -- 15 - - Sources sought for Modification of Phase III Low Rate Initial Production Phase Integrated Air and Missile Defense (IAMD) Battle Command Development (IBCS) Contract Options
- Notice Date
- 11/23/2015
- Notice Type
- Sources Sought
- NAICS
- 336414
— Guided Missile and Space Vehicle Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - RSA - Missile, BLDG 5303 SPARKMAN CIR, Redstone Arsenal, Alabama, 35898-5090, United States
- ZIP Code
- 35898-5090
- Solicitation Number
- W31P4Q-16-R-0059
- Archive Date
- 12/19/2015
- Point of Contact
- Scott Wilhite, Phone: 2563134223, Scott Wilhite, Phone: 2563134223
- E-Mail Address
-
scott.a.wilhite3.civ@mail.mil, scott.a.wilhite3.civ@mail.mil
(scott.a.wilhite3.civ@mail.mil, scott.a.wilhite3.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- This Request for Information (RFI) announcement is to identify any interested sources before soliciting non-competitive acquisition per FAR 6.302-1 "Only One Responsible Source" for a modification to the Integrated Air and Missile Defense (IAMD) Battle Command System (IBCS) development effort. This is not a solicitation for proposals and no contract shall be awarded from this announcement. The requirement of this acquisition is for a modification to the IBCS Development contract, W31P4Q-08-C-0418 to restructure the Phase III Low Rate Initial Preproduction (LRIP) options to align with the 8 October 2014 Office of the Secretary of Defense (OSD) directed IAMD Acquisition Program Baseline (APB) changes. The OSD directed IAMD APB changes result in a 14 month slip to the IAMD Program Milestone (MS) C and associated IAMD integration, test, and evaluation activities; incorporation of a second LRIP production buy, and incorporation of additional IAMD weapon/sensor component interface requirements. The IBCS LRIP major supplies and services to be acquired include: modification of IBCS Major End Item (MEI) production, Contractor Logistics Support (CLS), and New Equipment Training CLINs to reflect updates to the IAMD Test and Evaluation Master Plan (TEMP) and add requirements for two LRIP lots to field up to four Air and Missile Defense Battalion units with the most current configuration of IBCS MEIs; extending the Period of Performance (PoP) of engineering, integration, and testing for IBCS MEI hardware obsolescence issues, IBCS software root cause and corrective actions, and Information Assurance Vulnerability Alert (IAVA) updates; and, add pre-planned product improvement services to develop, integrate, test new IAMD weapons, and sensor component interfaces into IBCS. Unlike traditional acquisition programs that focus primarily on the development of a single system or platform, the IAMD Program is uniquely structured to enable the development of an overarching System of Systems (SoS) capability with all participating Army Air Defense components functioning interdependently to provide total-operational capabilities not achievable by the individual element systems. The Army IAMD program achieves this objective by establishing the Army IAMD architecture and developing the IAMD Battle Command System (IBCS) that provides Engagement Operations Centers (EOCs) implementing common Mission Command (MC) capability, an Integrated Fire Control Network (IFCN) capability for fire-control connectivity enabling distributed operations, and the common Plug and Fight (P&F) B-Kits located on the EOCs and the IFCN Relays that network enable existing sensor components and weapon components with the IBCS. The Government does not currently have available a current technical data package for this effort. Foreign participation will be allowed only at the subcontract level by waiver. The responses shall address: • Army Air Defense Expertise - Skills, knowledge and abilities associated development, manufacture, integration, and fielding of Army Air Defense Systems to include but not limited to Patriot, Sentinel, IFPC, C2BMC, THAAD, and ADAM. • Conceptual approach, estimated lead times, key Government Furnished Property, driving assumptions and risks associated with the assumption and control of the IBCS Product Baseline, production facilitatization, and refurbishment/production of IBCS MEIs that support the start of LRIP DT in JAN 2017 and First Unit Equipped in June 2017 assuming an October 2016 award date. • Conceptual approach, estimated lead times, and risks associated with how the contractor would assume the IBCS software to be responsive to DT/OT activities conducted in FY17. All responses shall be submitted to the U.S. Army Contracting command, ATTN: CCAM-SM-T/Scott Wilhite, Building 5250, Redstone Arsenal, AL 35898-5280 or email: scott.a.wilhite3.civ@mail.mil. Your written responses are required by 1500 CDT 04 December 2015. All questions and comments must be in writing (electronic email responses are acceptable), and no telephone calls will be accepted. The submission of this information is for planning purposes and is not to be construed as a commitment by the Government to procure any items, nor does the U.S. Army intend to award on the basis of this request for sources sought or otherwise pay for the information solicited.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/0d99c16185c39213814b07208b4ab988)
- Place of Performance
- Address: ACC-RSA – Program Executive Office for Missiles and Space, Integrated Air and Missile Defense Project Office ATTN: SFAE-MSLS-IA, Building 5250, Martin Road, Redstone Arsenal, AL 35898-8000, Redstone Arsenal, Alabama, 35898, United States
- Zip Code: 35898
- Zip Code: 35898
- Record
- SN03952565-W 20151125/151123234241-0d99c16185c39213814b07208b4ab988 (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 |