Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 12, 2020 SAM #6649
SOURCES SOUGHT

A -- Request for Information for MDA DTR Instrumentation Support Contract (DISC)

Notice Date
2/10/2020 11:49:38 AM
 
Notice Type
Sources Sought
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
MISSILE DEFENSE AGENCY (MDA) HUNTSVILLE AL 35898 USA
 
ZIP Code
35898
 
Solicitation Number
HQ0859-20-DSC-RFI
 
Response Due
3/3/2020 9:59:00 PM
 
Archive Date
03/18/2020
 
Point of Contact
LaShonda Fletcher, Michelle Leger
 
E-Mail Address
lashonda.fletcher@mda.mil, michelle.leger@mda.mil
(lashonda.fletcher@mda.mil, michelle.leger@mda.mil)
 
Description
Agency:� Missile Defense Agency (MDA) Office:� Directorate for Test (DT) Location:� MDA-CTT NAICS:� 541715 PSC:� AC23 � Solicitation Number:� TBD Notice Type:� Sources Sought � DESCRIPTION This is a Request for Information (RFI) only, and does not constitute a Request for Proposal (RFP) or any type of commitment by MDA. �The Missile Defense Agency (MDA), Directorate for Test (DT) is conducting market research in accordance with Federal Acquisition Regulation (FAR) Part 10 to determine interest in our Instrumentation Support Program.� The results of this research will support the development of our acquisition strategy and help determine the capabilities of potential sources to operate and maintain MDA owned instrumentation, in accordance with DoD instructions 8500.01 and 8510.01, consisting of the X-Band Transportable Radar (XTR), Pacific Collector Range Safety System (PCRSS), Test Communications Network, Test Support Systems (TSS), and the Missile Defense Agency Digital Display Distribution System (MD3S). �The asset fact sheets (Attachments 1 through 5) provide more information about the MDA owned instrumentation and supporting systems. Off-site operation and maintenance in a prime contractor provided facility may be required if it is determined that the use of approved classified storage/space could be a benefit to the Government.� Interested respondents will require facility clearances of ""TOP SECRET"", with a minimum level of safeguarding at the �SECRET� level.� All employees will be citizens of the U.S. or lawful permanent residents. �All XTR operators will be required to obtain and maintain TOP SECRET security clearance.� The number of personnel that require TOP SECRET security clearances to support PCRSS, TSS, and Test Communications Network will be maintained at the minimum level adequate to execute contract requirements. � This RFI is intended to help MDA make informed acquisition decisions to:� Assess the current marketplace and existing industry capabilities to satisfy the MDA requirements. Obtain recommendations from industry on the acquisition strategies and contractual approaches that are most appropriate to satisfy the MDA requirements. Identify and mitigate any potential barriers to competition. Determine industry data/information needs to support proposal preparations. Identify areas that could be set-aside for small business. Participation in this RFI is strictly voluntary. �Information submitted by respondents may be used by MDA for planning purposes in support of a future RFP. �Responses will not be construed as an offer and will not be accepted by MDA to form a binding contract. �No entitlement to payment, or direct or indirect costs, or charges to the Government will arise as a result of contractor�s submission of a response to this announcement or the Government�s use of such information.� All costs associated with responding to this RFI will be solely at the interested party�s expense.� Responses should be complete and informative, and should clearly demonstrate competencies and expertise in managing, executing, and delivering the contemplated support. �MDA will not accept any responses which include classified information.���� �� BACKGROUND The majority of required operation, maintenance, and cybersecurity support is currently being performed for MDA under an interagency agreement with the Naval Air Warfare Center Aircraft Division (NAWCAD), as well as separate contract agreements awarded by MDA.� MDA plans to combine these efforts under a single integrated contract to be executed by MDA. � REQUIREMENTS SCOPE In support of Missile Defense System (MDS) tests, MDA requires maintenance and operation of the capabilities provided by the MDA-owned systems XTR, PCRSS, Test Communications Network, TSS, and MD3S. �XTR and PCRSS are ship based. �The Test Communications Network, TSS and MD3S are distributed across the MDA test architecture. �These sites may be geographically remote and include DOD test ranges, U.S. Government-owned facilities, commercial facilities, and other Government-designated test sites and installations in the U.S., U.S. Territories, or any of the Unified Combatant Commands such as United States Northern Command (USNORTHCOM). The contractor must also be able to demonstrate the ability to assume all contractually required Research, Development, Test and Evaluation, and Operation and Maintenance functions as they exist at the time of the contract start. �This may include in-progress customer tests, experiments, exercises, and other customer programs as well as upgrade and modernization tasks involving facility, hardware, software and legacy system efforts. �The contractor must have the ability to implement changes in the support provided, since existing systems may be removed from service and new systems introduced during the term of the contract. �Due to fluctuating customer support requirements, the contractor should have the ability to provide qualified personnel to meet surge requirements. �The services include parts and equipment inventory management, small item and mission consumables purchasing, and logistics. MDA requires unification of the MDA-owned TSS and MD3S data acquisition, display, and distribution systems into a consolidated test asset. The consolidated TSS and MD3S asset shall be capable of operating on multiple secure MDA and DOD approved data networks to protect classified communication and processing. �The consolidated asset shall provide the following: Transport for high resolution live video displays, range video displays, mission audio, and voice network communications Create and transport high resolution data driven displays, mission clock & status, flight test data displays, target data displays Incorporate redundant network and consolidated system designs to ensure high availability Operate at multiple MDA locations both CONUS and OCONUS Operate on the SECRET level Provide real-time telemetry decommutation and distribution Provide pre-test telemetry validation and associated test execution products Provide consolidated data, video, display, and voice transport equipment solutions Incorporate new and emerging requirements into a uniform consolidated platform Remove duplication of effort and redundant systems Cybersecurity authorization package or packages Route test support requirements to solutions with lowest cost The potential source cybersecurity effort includes conduct of Certification and Authorization (C&A) activities to obtain and maintain enclave Authorization to Operate (ATOs). �The potential source will specifically provide the development and maintenance of Risk Management Framework (RMF) authorization packages for the PCRSS, XTR, Test Communications Network, TSS, and MD3S. �The total number of authorization packages should be minimized to the extent practical based on a technical approach that provides the capabilities MDA currently requires from the listed systems. �The effort also includes the associated tasks involved with Information Systems Security Manager coordination and computer network defense reporting. SUBMISSION REQUIREMENTS Firms that can meet requirements set forth above are requested to provide a statement of capabilities and information demonstrating management capability and technical experience on similar acquisitions.� All responses shall be in Microsoft Word and a searchable Portable Document Format ""PDF"" in Times New Roman 12pt font, single spaced and shall not exceed 15 pages.� It may include a Table of Contents, List of Tables/Figures, and Acronyms List, which will not count against the maximum page limitation. �Do not submit generic corporate marketing materials for this RFI; any such materials will not be reviewed by MDA.� Response shall be delivered via e-mail to the MDA Procuring Contracting Officer (PCO) at MDAdisc@mda.mil. �The response shall consist of the following: Administrative data: Include a profile of your company, including Company Name, Point of Contact, Address, Telephone and Fax Numbers, Email Address, DUNS Number, CAGE Code and/or Tax ID Number, and Facility Clearance Level Your company�s size status for the identified NAICS code and any applicable socio-economic categories �(Small Disadvantaged, 8(a), 8(m) (both Woman Owned SB and Economically Disadvantaged Woman Owned SB), Tribally Owned entity, Alaskan Native Corporation, Hawaiian Owned Organization, Service Disabled Veteran Owned SB, Historically Underutilized Business Zone (HUBZone) SB, other, etc.). A statement that the respondent and its subcontractors/suppliers are U.S. firms/businesses and not foreign owned, controlled, or influenced.� A statement whether your company has a DD Form 254 with MDA contracts or with another Government Agency. �Please provide your Facility Security Officer information, contact number, and a point of contact. Answers to the following questions/requests: Description of the company�s corporate experience in the areas described in the Requirements Scope section above and define the ability of the responder to provide some or all of the requirements listed in the requirements scope. Experience with managing relevant work at multiple isolated locations to meet unique requirements should be included.� Relevant experience as a subcontractor should also be included. How do you keep staffing/skills current with changing needs and new technologies?� How do you ensure that new system functions and capabilities are cost-effective and maintainable? How do you ensure high end-to-end performance in a distributed complex system? Discuss your capability to perform the tasks for each system described in Attachments 1 through 5. �Response must be detailed enough to demonstrate a clear understanding of the functional scope of work to be performed.� Any recommended changes to the proposed North American Industry Classification System (NAICS) codes?� All such suggestions will be considered; however, the Government reserves the right to solicit for the required services in a manner of its own choosing in accordance with applicable procurement regulations.� MDA does not intend to limit either the number or types of teaming arrangements entered into by the potential offerors (i.e., any given contractor could propose as a prime contractor as well as participate as a subcontractor on one or more other proposing teams). Further, MDA does not intend to impose any restrictions on team membership after award. �What teaming arrangements would you contemplate? Do you foresee any barriers to competition and/or entry (i.e., non-compete agreements, no-bid agreements, other non-related contracts) that would prevent your corporation/company from competing for or being awarded a contract for all or any specific portion of this requirement? �If yes, does this preclude your corporation/company from competing for this requirement as a prime or otherwise limit your participation as a subcontractor? If MDA decides to issue a formal solicitation (RFP) for this effort, what is the minimum length of time necessary to prepare a proposal?� Describe the type of documentation and information requirements you would need in a technical library to support your development of a competitive proposal and the execution of the contract if awarded to your company or team. Describe how your contract change order process has been used on other similar programs to expedite contract actions and provide agility and flexibility and drive down costs. Does your company have an approved Government accounting system? Provide examples of how you applied effective cost control measures to achieve cost savings and results on similar efforts.� MDA values the important contributions our small business industry base makes to the development, deployment, and support of the MDS and wishes to pursue contracting strategies that leverage those capabilities. The goals of small business utilization on MDA programs include enhancing the performance capabilities of our systems; improving responsiveness and quality; incorporating innovative technologies and approaches, where applicable; and reducing costs. Describe the small business approach you have executed under similar efforts that promoted these types of MDA goals. What opportunities do you see that could be set-aside for small businesses?� What are the risks of managing multiple subcontractors/suppliers, and how have you mitigated this risk in the past? Identify your company�s quality assurance and mission assurance standards and software maturity levels. �What is your methodology for parts selection and qualification testing and your processes and capabilities to comply with Supply Chain Risk Management requirements? Outside of the clause listed at FAR 52.203-6, Restriction on Subcontractor Sales to the Government (Sep 2006), will your corporation/company assert any rights otherwise authorized by law or regulation that would prohibit or restrict a subcontractor�s ability to sell a MDA related product or service directly to the government? If yes, please explain. Identify your company�s ability to meet DoD cybersecurity requirements for the following DFARS clauses that may be applied to a potential contract:� 252.204-7009, 252.204-7012, 252.204-7014, and 252.239-7010. Because one objective of this RFI is to determine the capabilities of small business to accomplish the requirements contained herein, and to inform the acquisition strategy with regard to setting aside any future acquisitions MDA requests the following information:� � Responsible small businesses responding to this RFI are expected to demonstrate compliance with the Limitations on Subcontracting Clause of FAR 52.219-14 (DEVIATION 2019-O0003) by articulating the portions of work that the small business intends to perform as well as articulate the portions that subcontractors or teaming partners (if applicable) will perform. Responses must include business size and business socio-economic category of all subcontractors or teaming partners identified to perform work associated with the North American Industry Classification System applicable to the requirements of this acquisition. The prime small business responding to this RFI must include their past experience in managing subcontractors on similar requirements, and include subcontractor or teaming partners past experience applicable to requirements specified in this RFI. 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 in response to 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 handled in accordance with FAR Part 15.201. � ADDITIONAL INSTRUCTIONS Address all questions concerning this RFI in writing via e-mail to the PCO at MDAdisc@mda.mil.� The PCO is the primary Government point-of-contact for this RFI. Please note that this is not a request for competitive proposals; however, all responsible sources who believe they can meet the requirements are encouraged to submit an information package demonstrating the ability to comply with the above-stated requirements, NLT 11:59pm Central Time, 15 Business Days from this posting, electronically to MDAdisc@mda.mil.� The MDA will not issue paper copies of this request. �No extensions will be granted. �All submitted information will be handled in accordance with duly applied markings. �MDA will not accept any responses which include classified information. �The U.S. Government will not reimburse any costs associated with submitting a response to this notice.� Industry is encouraged to respond with information not constrained by proprietary data rights. �If proprietary data is included in the reply, then the respondent is responsible for appropriate markings. �Respondents are responsible for adequately marking proprietary information contained in their response on a paragraph-by-paragraph basis.� MDA 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. �Appropriate non-disclosure agreements have been executed between the non-Government support personnel and the Government personnel, and are on file with MDA. �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 non-Government support personnel. Attachment 1 Fact Sheet: X-Band Transportable Radar-1 (XTR-1) on the SS PACIFIC TRACKER XTR-1 DESCRIPTION: The X-Band Transportable Radar-1 (XTR-1) is a dual X/S-band instrumentation radar hosted on the SS PACIFIC TRACKER (PT).� It collects high-resolution, wideband metric and signature radar truth data in X-band and S-band to meet test objectives.� The radar employs the Radar Open System Architecture (ROSA) to provide a common hardware and software design with other ROSA test instrumentation radars, as well as common mission planning and data analysis capabilities.� � CAPABILITIES: XTR-1 Dual X/S-band instrumentation radar with an 11-meter dish antenna Dedicated test asset with sufficient sensitivity for current and future flight test scenarios Range and angle tracking with S-band; range tracking with X-band Data supports advanced discrimination algorithm development and intercept diagnostics including target scene characterization and interceptor dynamics Weather balloon capabilities include launch of calibration spheres ASSET LOCATION: �Pacific Tracker is home-ported in Portland, OR. Attachment 2 � Fact Sheet: Pacific Collector Range Safety System (PCRSS) on the M/V PACIFIC COLLECTOR TTS-1 PCRSS SATCOM � DESCRIPTION: M/V PACIFIC COLLECTOR (PC) hosts the PACIFIC COLLECTOR Range Safety System (PCRSS) to support Ballistic Missile Defense System (BMDS) flight tests at remote sites in the Broad Ocean Area (BOA) anywhere along the flight test trajectory (boost, midcourse, terminal phase).� PC is owned, operated, and maintained by the US Department of Transportation�s Maritime Administration. PCRSS provides the BMDS tests with a certified, mobile, flight safety platform.� It contains all of the equipment necessary to maintain positive control over a missile�s flight termination system (FTS).� PCRSS processes S or L-band missile telemetry collected by the two Transportable Telemetry System (TTS)-1 antennas.� It provides real-time Time Space Position Information, FTS health and status measurements, and other critical data to onboard Flight Safety personnel.� PCRSS is a fully redundant system consisting of two major functional areas: a real-time flight safety data Processing and Display System (PDS) and a Command and Control System (CCS) capable of transmitting a 2 KW output.� The CCS system includes two independent directional and two omnidirectional antennas.� The PCRSS is certified as a range safety system by the Naval Air Warfare Center Weapons Division (NAWCWD).� Flight safety personnel that operate the PCRSS during tests are government safety personnel provided by NAWCWD or other national ranges as part of the Pacific Range Support Team (PRST). CAPABILITIES: Pacific Collector Range Safety System Fully certified range safety system Integrates with the existing Transportable Telemetry System (TTS)-1 and communications systems onboard PC Fully redundant with two independent strings 2 KW output Modular architecture and standard interfaces provide flexibility Weather system supports launching balloons to obtain weather forecasts and upper-air observations via GPS-Radiosondes. Has a test bed to test out system updates that is located at an offsite location not near to the ship. ASSET LOCATION: Pacific Collector is home-ported in Portland, OR. Attachment 3 Fact Sheet: Test Communications Network DESCRIPTION:� The Test Communications Team provides an array of services to the MDA flight and ground test community. CAPABILITIES:� The Test Communications Network provides fully redundant and diverse communication paths for Telemetry (TM) Data, Situational Awareness (SA) video, and voice/data communication between ranges, command and control centers, and mobile assets including:� Voice intercom, Terrestrial & Satellite Communications (SATCOM) (C-Band) circuits and access, Internet, radio, telephone service, and transport of mission specific networks. ASSET LOCATION: �Various.�� Attachment 4 Fact Sheet:� Test Support Systems (TSS) � � DESCRIPTION:� TSS provides synchronized real time mission data, situational awareness (SA), and pre-mission test assurance products to test execution teams, analysis teams, senior leaders, combatant commands, industry partners, and the MDA workforce. CAPABILITIES:�� Test execution products include target and interceptor telemetry (TM) processing for test conductors, data/displays for good target calls, pointing data for sensors and data collectors, 3D 6-DoF mission visualizations, interceptor seeker video processing, and data interfaces to test ranges. TSS provides post mission TM reduction, reporting, and data product transfers for sensors and data collection assets. Pre-mission test assurance products include time synchronized telemetry site playbacks, development and operation of radio frequency (RF) and flight termination system (FTS) test sets for end to end TM systems verifications, GPS systems analysis, and TM link margin analysis. ASSET LOCATION: TSS consists of over 60 enclave subsystem nodes operating at over 30 locations throughout the Missile Defense System test bed, DoD affiliates, and the MDA. Attachment 5 Fact Sheet: �MDA Digital Display Distribution System (MD3S) � DESCRIPTION:� MD3S relays synchronized real time mission video and specialized data displays to test execution teams, analysis teams, senior leaders, combatant commands, industry partners, and the MDA workforce. CAPABILITIES:� MD3S is a global IP-based digital data/display delivery system based on COTS products. The system provides missile defense testing video/audio streaming and recording. One transmitter streams real time video/audio from source sites to multiple receivers/recorders at distributed locations.� Recorders located at MDA store and manage content for later play back, analysis, and after action review. ASSET LOCATION: �MD3S consists of over 200 relay and supporting devices operating at over 25 locations throughout the Missile Defense System test bed, DOD affiliates, and the MDA. ********************END********************
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b67c9638b6a8467abd2b08a37efc824d/view)
 
Place of Performance
Address: Huntsville, AL, USA
Country: USA
 
Record
SN05556107-F 20200212/200210230148 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.