SOURCES SOUGHT
14 -- Ground-Based Midcourse Defense (GMD) Ground Test Re-plan
- Notice Date
- 3/3/2022 10:33:09 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
- MDA22GMDGTR01
- Response Due
- 3/16/2022 2:00:00 PM
- Point of Contact
- Bradley W. Price, Phone: 256.698.1921, Josh Spencer
- E-Mail Address
-
bradley.price@mda.mil, joshua.spencer@mda.mil
(bradley.price@mda.mil, joshua.spencer@mda.mil)
- Description
- Purpose: The Missile Defense Agency (MDA) is conducting market research for the Ground Based Midcourse Defense (GMD) Program Ground Test Replan.� The information contained herein only initiates communication with industry in order to assess market potential. No solicitation document exists at this time. This Request for Information (RFI) constitutes no Government obligation to procure these items or issue a solicitation. The Government does not have an obligation to pay for information responding to this RFI and will not accept any responses as offers. MDA is seeking alternate sources that can deliver/complete the last Ground Test (GT)-08� campaign test Ground Test Distributed (GTD)-08b, verification testing of Launch Management Systems (LMS) 8D software, the GMD component of Missile Defense System (MDS) Increment 6B.2 and complete retrofit of new Launch Site Components (LSC) and Launch Support System (LSS) hardware and software in all missile fields for the GMD program.� If no alternate sources are identified, the Government intends to issue a modification on the Development and Sustainment Contract (DSC), Contract HQ0147-19-C-0004 to The Boeing Company (Boeing), CAGE 3A768, 499 Boeing BLVD SW, Huntsville, AL 35282 under Statutory Authority 10 U.S.C. 2304(c)(1) as implemented under Federal Acquisition Regulation (FAR) 6.302-1(a)(2) - Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. Based on currently available information, MDA believes that only Boeing is capable of providing the required services without substantial duplication of cost that is not expected to be recovered through competition and unacceptable delays. The period of performance for this effort will be December 30, 2023 to November 15, 2024 and the existing DSC period of performance will be extended to November 15, 2024.� This notice is intended to meet the requirements of both FAR Part 5 and DFARS PGI 206.302-1. Description of the Requirement: Execute GTD-08b and complete analysis leading to Operational Capability Baseline (OCB) approval of MDS Increment 6B.2.� Complete verification testing of LMS 8D software, analysis leading to OCB and deployment of the software.� Complete retrofit of LSC and LSS hardware and software in missile fields at Fort Greely, AK and Vandenberg Space Force Base (VSFB), CA.� GMD software/hardware is incorporated into the Missile Defense System in various increments.� New Ground Systems (GS) software/hardware, allocated to a specific increment, is developed and tested at the product level, by the developer against the GMD specification requirements.� The Agency then proceeds with validation of GMD software/hardware through an extensive Ground Test campaign and review process before deploying it operationally.� A delay in the GT-08a test (the Increment 6B.1 fielding campaign) beyond the incumbent contractor�s control drove adjustments to follow-on ground tests.� Ground Test Integrated (GTI)-08b is now scheduled for 3QFY23 to 1QFY24 and GTD-08b is scheduled for 2QFY24.� MDA GT Replan � Course of Action (COA) 1, approved by the MDA Director on January 10, 2022, impacts GM�s ability to complete Increment 6B.2 and LMS 8D as planned on DSC and will require an extension of multiple Contract Line Item Numbers (CLIN) beyond December 2023, with some extending up to 11 months to November 2024. Specifically, the Operational Capacity Baseline (OCB) date for Increment 6B.2 is delayed until 4QFY24 after all of the analysis from the GT-08b ground test campaign is completed.� Increment 6B.2 includes GS software and hardware updates including additional mid-term discrimination, additional hit assessment and 2/3 stage interceptor capabilities, full replacement of the legacy LSC, and upgraded servers for the IDT and GFC. As a result of the GT Replan action, development of LMS 8C software was also delayed.� Once OCB of the LMS 8C software is completed in 4QFY23 (within the current period of performance), MDA/GM and Boeing will commence retrofits of new LSCs and LSSs in missile fields at Fort Greely, AK and Vandenberg Space Force Base (VSFB), CA, which will be completed by 4QFY24.� The LMS 8D verification testing, OCB, and operational deployment will also be delayed until after the current period of performance, but will be completed by November 15, 2024.� The LMS 8D software is necessary for the deployment and operational utilization of a new GBI configuration.� �Responses: Responses should address the ability to execute GTD-08b, deliver/complete analysis of GT-08 to support Agency OCB approval of Increment 6B.2, deliver/complete verification testing of LMS 8D, analysis to support OCB and deployment of the software, and complete installations of the LSC and LSS in missile fields at Fort Greely, AK and Vandenberg Space Force Base (VSFB), CA.� These efforts must be completed by November 15, 2024.� Submission Instructions: There are no page limits for this Request for Information (RFI). Cover Page should include: Company name Point of Contact information Business Size Status DUNS number and CAGE code Any Government ordering vehicles (GSA, DLA, etc.), if applicable Provide a capability statement for conducting the GMD program Ground Test Replan. Responses in Microsoft Word or Adobe Acrobat formats are preferable. Please submit email responses less than 5MB to the POCs below.�� The Government highly discourages submitting proprietary or business sensitive information. Vendors submitting proprietary or business sensitive information bear the sole responsibility for marking the information for appropriate safeguarding.� Proprietary information will be protected from unauthorized disclosure as required by Subsection 27 of the Office of Procurement Policy Act as amended (41 U.S.C. 423) (hereinafter referred to as �the Act�), as implemented in the FAR.� This is a Request for Information only.� The Government will not pay for information or administrative costs submitted in response to this notice. The Government will not provide feedback to any vendor regarding individual capabilities in response to this RFI. All responses must be received no later than March 16, 2022, 4:00pm, central time and should be submitted via email (bradley.price@mda.mil and joshua.spencer@mda.mil). No telephone inquiries will be accepted. Approved for Public Release������ 22-MDA-11082 (2 Mar 22)
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/6014b749cf1740b49f7d05987b72f718/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06256993-F 20220305/220303230115 (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 |