SOURCES SOUGHT
14 -- TC Futures RFI
- Notice Date
- 8/1/2018
- Notice Type
- Sources Sought
- NAICS
- 541715
— Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
- Contracting Office
- Other Defense Agencies, Missile Defense Agency, MDA-DACT, NCR, HSV, Huntsville, Alabama, 35807, United States
- ZIP Code
- 35807
- Solicitation Number
- RFITCFUTURES080118
- Point of Contact
- Joshua B. Kachelman, Phone: 2564500343
- E-Mail Address
-
joshua.kachelman@mda.mil
(joshua.kachelman@mda.mil)
- Small Business Set-Aside
- N/A
- Description
- This notice is being published in accordance with Federal Acquisition Regulation 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. Description The Missile Defense Agency's (MDA) Targets and Countermeasures (TC) Directorate is conducting market research through this Request for Information (RFI) to determine interest and capability in providing some or all of the Target System Requirements Areas described below. The requirements include design, development, and production of re-entry vehicles for target solutions. In addition, the requirements include production, missionization, and test execution of Launch Vehicles for target solutions in multiple classes: the Medium Range Ballistic Missile (MRBM) class (between 1000 - 3000 km), the Intermediate Range Ballistic Missile (IRBM) class (between 3000 - 5500 km), and the Intercontinental Ballistic Missile (ICBM) class (greater than 5500 km). No Technical Data Package will be provided. The intent is to determine industry's ability and interest in providing innovative and efficient approaches to meet the requirements documented in this package. MDA will utilize responses received to develop acquisition strategy alternatives that may include competing all or portions of future work. Target System Requirement Area Descriptions: 1. Launch Vehicle Production Address ability to produce launch vehicles (boost stack) capable of the following required ranges: o MRBM class (between 1000 - 3000 km) o IRBM class (between 3000 - 5500 km) o ICBM class (greater than 5500 km) 2. Re-Entry Vehicle Design, Development and Production Address ability to develop re-entry vehicles (payload) of varying complexity (simple to complex) and ability to deploy countermeasures Address capability to provide target hit detection system Address capability to provide rapid response for developing/adapting vehicles to meet new system requirements, such as: o Launch/aim point/apogee change o Signature modifications on target objects o Countermeasure deployment timing, spacing and dynamics 3. Integration, Missionization and Test Execution Address capability to provide overall vehicle integration and missionization Address capability to provide technical support for analysis of flight vehicles, for mission planning, and for execution of test operations Address the ability to generate detailed test plans, drawings, and related documentation to support launch missions Address capability to conduct pre/post-mission data reduction, analyze flight data and provide input to the Government for reports on target performance, and cover both ballistic trajectory and target systems function Address the ability of conducting range safety analysis and simulations in support of test operations; such as: o Monte Carlo trajectory sets o Infrared/Radio Frequency signatures of target object o Payload, booster, launch vehicle, and other predictive models Test Infrastructure and Execution Considerations: Address ability to execute target launches from ground or mobile launch locations (e.g. air, sea platform, etc.) both within the continental United States, such as Kodiak, Alaska; or White Sands Missile Range, New Mexico; or more remote locations, such as Wake Island, US Minor Islands; or Kwajalein Atoll, Republic of the Marshall Islands. o ICBM targets must be capable of being able to launch using existing facilities including the Pacific Spaceport Complex - Alaska at Kodiak, and from Meck Island in the Kwajalein Atoll If required, contractor provided infrastructure may be utilized (any modifications to existing facilities require prior government approval) o Air-Launch targets must be able to stage at varied Forward Staging Areas including Joint Base Pearl Harbor Hickam, Andersen Air Force Base (AFB) in Guam, Elmendorf AFB, and Wake Island o Air-Launch targets must be compliant with all applicable USAF regulations and not use 1.1 explosive-rated motors (use of 1.1 rated explosive (not greater than 5 lbs) for the purposes of motor igniters, separation mechanisms etc. allowed with prior government approval) o Sea-launch targets must be compliant with all applicable maritime regulations Address Air Launch capabilities: o Target and any associated Target Support Equipment must not require any permanent modifications to host aircraft o All targets must be in a safe configuration at all times while carried aboard the host aircraft. Air-Launch targets must not be fully armed until a safe distance from that aircraft. o Targets carried aboard host aircraft must not be susceptible to external electronic emissions that could cause the target to become unsafe o For air-launch targets, mandatory data links shall be required inside of drop minus 3 minutes. Voice will continue to be mandatory. o Airborne launch equipment and target emissions must not interfere with any host aircraft operation Any assertions regarding scalability of the target design to achieve greater performance must be fully explained and backed by analysis and test results Targets must be able to meet requirements supporting Autonomous Flight Safety Systems (AFSS). RCC 319-14 identifies AFSS requirements Address Government Infrastructure issues: o The target telemetry must be compatible with existing government infrastructure. Existing government infrastructure will be used to support receiving/displaying of target health and status during mission execution. o Any contractor provided launch equipment must be compatible with existing government infrastructure. No permanent modifications to existing government infrastructure will be allowed. Any temporary modifications to existing government infrastructure must be approved by the Government prior to implementation. Target Performance Considerations: Provide launch vehicle capability in parametric terms: o Velocity vs. Range o Altitude vs. Range For the following Target Trajectories: o MRBM and IRBM may be air launched from Air Force provided C-17 aircraft o Minimum energy trajectory for reference MRBM maximum ground range of 1,350km (air or ground launch) o Minimum energy trajectory for reference IRBM maximum ground range of 4,400km (air or ground launch) o Minimum energy trajectory for reference ICBM maximum ground range of 7,500km (ground launch) Using the following assumptions: o Utilization of existing, commercially available solid rocket motors that require minimal development to support integration of launch vehicle and Government Furnished Equipment provided payload Demonstrate that the proposed target solution complies with U.S. arms control treaties and policies and address any potential treaty risks and risk avoidance or mitigation References A) Common Payload ICD B) RCC 319-14 C) SMC-016 Instructions for Submissions: Respondents to this RFI are invited to prepare and submit, no later than August 22, 2018, the following: 1. Executive Summary (not to exceed 5 pages or slides, excluding 1.d. below) that includes: a. A summary matrix indicating interest in competing for one or more requirement area listed above. b. Indication if the respondent possesses a facility clearance and to what level. c. Descriptive Data: i. Company Name ii. Point of Contact iii. Address iv. Telephone and Fax Numbers v. E-mail Address vi. DUNS Number vii. CAGE Code and/or Tax ID Number viii. Business Size Standard and applicable NAICS codes d. Indicate whether Government Furnished technical data would be required in order to facilitate the execution of the capabilities identified in response to this RFI. List and describe this data (does not count toward page limit for Executive Summary). 2. For each major requirement area identified above in which the respondent expresses capability/interest, submit: a. White paper (not to exceed 10 pages) that discusses capabilities, recommended alternatives, associated risks, and mitigation strategies of the requirement area. b. A capability brief discussing (not to exceed 10 slides) the respondent's capabilities to perform the requirement area(s) identified above and relevant experience. The brief should include: i. A schedule estimate highlighting initial capability delivery/availability. ii. If your response addresses a subset of a requirement area identified above versus the entire area, you should also address how your approach would avoid seams/gaps. iii. If responding as a team, describe the team's probable membership, organization, and approach. 3. Data Requirements: Please provide a detailed list (page limit is as required) and description of documentation requirements for a technical library to support your development of a future competitive proposal, organized by requirements area identified above, should MDA compete any or all of these requirements. Technical Content Respondents should provide description of capabilities and information (e.g. past performance history) for the listed items below. In addition, descriptions should include innovative approaches used in the development of the vehicle systems and mission support that provide an efficient launch solution for MDA. List: 1) Performance and History 2) Launch Support Services 3) Demonstration Flight Complete Response A complete response should include an executive summary (not to exceed 5 pages), a white paper (not to exceed 10 pages) and a capability brief (not to exceed 10 slides). Responses must identify all anticipated nonrecurring engineering costs and include a feasible schedule with the plan of demonstrating the ability to deliver MDA's target requirements. This feasibility schedule and plan should address all required infrastructure for the manufacturing of the target vehicles and payloads. Only complete responses received by the response date will be considered. Capable sources qualified and interested in providing targets and associated services are encouraged to respond. 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 Request for Proposal (RFP) (e.g., organization, individual's name, address, phone number and email address (not counted against the 5 page limit)). 2. Provide the organization's business model or background (not counted against the 5 page limit). 3. Provide experience in the area of developing and building targets. 4. Provide all anticipated nonrecurring engineering costs and include a feasible schedule. 5. Provide response requested under "Technical Content" and provide an overall technical approach to meet the production of target vehicles (plots of vehicle performance not counted against the 5 page limit). RFI Exchange of Information This RFI does not constitute an RFP or a commitment by the Government. Response is strictly voluntary and participants bear all costs associated with responding to this RFI. White Papers submitted in response to this RFI will not be returned. Replies will be separate from, and have no bearing on, submissions in response to any future RFP. Information received in response to this request may be used by MDA for acquisition planning and solicitation preparation activities. Eligibility to participate in any future acquisition does not depend upon a response to this notice. MDA will not provide feedback to the responses to this notice. Proprietary information is neither sought nor desired by MDA. If proprietary information is submitted, it must be clearly 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 and classified information contained in their response. Respondents must include current business status (large or small), and applicable socioeconomic status. Respondents are encouraged to provide information not constrained by limited data rights. All submitted information will be handled accordingly as marked. If intellectual property data is included in the reply, respondent is responsible for appropriate markings. Any intellectual property MUST be marked as such on a page-by-page basis. The Government intends to use third party, non-Government (contractor) support personnel as subject matter experts in the review of responses received, including the review of any marked or unmarked proprietary information or intellectual property provided. Appropriate non-disclosure agreements have been executed between the third party, non-Government support personnel and the Government, and are on file with the Government. 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, marked or unmarked intellectual property or source selection information may be disclosed to these third party, non-Government support personnel. Interested respondents will require facility operation and manufacturing with clearances of no less than "SECRET", within a minimum of "SECRET" safeguarding and all employees will be citizens of the United States, or lawful permanent residents. Please note 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 no later than August 22, 2018, to Mr. Joshua Kachelman, Contracting Officer, Joshua.kachelman@mda.mil. A determination by the Government not to compete this requirement is solely within the discretion of the Government. Government Point of Contact: Address questions concerning this RFI via email or in writing to: Missile Defense Agency ATTN: Mr. Joshua Kachelman, Contracting Officer Building 5222 Martin Road Redstone Arsenal, Alabama 35898 Phone: 256-450-0343 Email: joshua.kachelman@mda.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/49bc8962bb65bd3461c72be31243c80c)
- Record
- SN05015633-W 20180803/180801231348-49bc8962bb65bd3461c72be31243c80c (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 |