Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 22, 2023 SAM #8060
SOURCES SOUGHT

99 -- ABT Radar Effort

Notice Date
12/20/2023 12:20:39 PM
 
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 DAHLGREN VA 224485184 USA
 
ZIP Code
224485184
 
Solicitation Number
MDA24ABSSN01
 
Response Due
1/4/2024 3:00:00 PM
 
Archive Date
01/19/2024
 
Point of Contact
Kristian Jovanovic, Gloria Powell
 
E-Mail Address
ABT.Radar.Effort@mda.mil, ABT.Radar.Effort@mda.mil
(ABT.Radar.Effort@mda.mil, ABT.Radar.Effort@mda.mil)
 
Description
This notice is being published in accordance with Federal Acquisition Regulation (FAR) Part 5.101 requiring the dissemination of information for proposed contract actions. �This Sources Sought notice is being conducted by the Missile Defense Agency (MDA) to seek possible sources for requirements reflected below. �This is not a solicitation; request for proposal or quotation. �Participation in this effort is voluntary with no cost or obligation to be incurred by the MDA. �All costs associated with responding to this Source Sought will be solely at the respondent�s expense. �No funds have been authorized, appropriated, or received for this contemplated effort. �Submissions of capability statements will be separate from, and have no bearing on, submissions in response to any future Request for Proposal, if one is issued.� Eligibility to participate in any future acquisition does not depend upon a response to this notice. Background: The MDA is responsible for developing and fielding an integrated, layered Missile Defense System to protect the United States and its allies from missile attack by providing homeland and regional missile defense.� The Missile Defense System layered approach includes sensors, kinetic energy systems, directed energy systems, battle management, and command control elements that will engage threats at all ranges and throughout the battlespace.� The MDA, Sea-Based Weapon Systems Program Executive Office (AB), formerly called Aegis Ballistic Missile Defense (BMD), Sea-Based Weapons Systems Test (ABT) is conducting market research to determine interest and capability for sources to fulfill the requirements of the Sea-Based Weapons Systems Test Program. �These requirements include performing mission planning, onsite test support, and radar data analysis for the following Pacific Missile Range Facility, Kauai radar assets:� Four Radar Open System Architecture Queen 1, Queen 2, Queen 8, and Queen 9; and three Digital Receiver Coherent Signal Processor Queen 4, Queen 15, and Queen 16 radar systems. MDA will utilize responses to develop acquisition strategy alternatives that increase future planning efforts. �MDA/ABT anticipates contracting for the described effort in mid Fiscal Year 2026 for period(s) of performance up to 10 years depending on final approved contract strategy. �This Sources Sought Notice is intended to assist MDA/ABT make an informed acquisition decisions based on the ability to: Assess marketplace and industry capacity and capability to perform mission planning and support; Obtain industry recommendations on acquisition strategies and approaches (including potential contract type and incentive structures) and contract durations/periods of performance; Identify and assess any major risks to the potential acquisition; Identify and mitigate any potential barriers to competition; Determine industry data/information needs to support proposal preparations; Outline program cost drivers, potential cost impacts and risks; and Identify areas that could be set-aside for small business. The purpose of this sources sought notice is for market research to identify interested and capable alternative sources for performing radar data collection planning and data analysis in support of MDA test events.� All responses received will be considered for meeting the MDA�s requirements and determination of final acquisition strategy for the follow-on contract.� Description: This is a follow-on requirement in support of various programs within the MDA, which consist of the MDA/AB portfolio, to include MDA/AB International Directorate Foreign Military Sales, and the Director of Test Planning and Design. �� Respondents to this request shall have the ability to provide equipment and personnel for radar data collection planning and data analysis, as identified below: � Support pre-mission range radar planning and performance predictions operations with relevant test team members. Prior to the onsite period the contractor shall participate in all relevant pre-mission planning meetings and telecoms. Support MDA test team in developing mission radar support plan to include: tracking assignments, cueing sources, acquisition of objects and loss of objects time predictions. Provide subject matter expert real-time mission execution support Provide onsite mission support for the Integrated Range Test, Dry-run, Dress rehearsal and mission days plus back-ups (typically ~2 weeks). Provide mission data collection objectives to the radar operators and provide guidance to operators in order to meet those objectives. Monitor sensor performance during pre-mission and mission day activities and record any anomalies. Prepare and present a report of the initial findings within the specified time period in support of a �Quick Look� post mission assessment, typically 48-72 hours after the event. Prepare and deliver post-mission reports. Prepare and present a detailed data report at the Mission Data Review, typically 45-60 days following the mission event. Data to be presented given to MDA will be coordinated with the Joint Analysis Team to include products such as tracks of primary objects. Provide and maintain a classified data library including general administrative management of the Aegis classified holdings, preparation for annual DSS audits, and responding to audit findings as appropriate. The awardee of the future contract to fulfill this requirement must be able to travel CONUS and OCONUS in support of each of MDA�s test events. The Government will provide the awardee information in the form of design specifications, user manuals, operations guides, as built drawings, intelligence information, and briefing packages on the Standard Missile-3 and Standard Missile-6 missiles (including successor missiles or similar test event requirements) and on targets of interest, at time of requirement as available. Security Clearance: The highest level of personnel and facility security classifications for this effort will be at the Top Secret level with access to Special Access Programs. Response Instructions: Vendors who are interested in this requirement and have the requisite capabilities shall submit a Capabilities Statement by the date and time specified in this announcement.� The capability statement shall include the Vendor Demographics information specified in the chart below and define the Vendor�s capability to provide the requirements within the description stated herein. �At a minimum, capability statements shall identify any software tools, software configuration and modification abilities for application to MDA�s objectives, key personnel expertise and qualifications, relevant experience in performing high strain rate large material deformation events that are applicable to missile test events, and information associated with methodologies utilized in documenting data and discrepancies.� Partial solutions will not be accepted. The capability statement shall not exceed 10 pages. Markings: Proprietary information is neither sought nor desired by the MDA.� If proprietary information is submitted, it must clearly be 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., paragraph markings, image markings, or use an attachment or exhibit). �Respondents are responsible for adequately marking proprietary information contained in their response. �Respondents to this request shall mark, protect, and transmit DoD Controlled Unclassified Information (CUI) in accordance with Department of Defense Instruction 5200.48 �DoD CUI Program.� �Do not send any classified information. The Freedom of Information Act (FOIA) and its amendments have resulted in an increasing number of requests from outside the Government for copies of contract qualifications and proposals submitted to federal agencies. �If a respondent�s submissions contain information that he/she believes should be withheld from such requestors under FOIA on the grounds that they contain �trade secrets and commercial or financial information� [5 USC�552(b)(4)], the respondent should mark its submissions in the following manner:� The following notice should be placed on the title page: ��Some parts of this document, as identified on individual pages, are considered by the respondent to be privileged or confidential trade secrets or commercial or financial information not subject to mandatory disclosure under the FOIA. �Material considered privileged or confidential on such grounds is contained on page(s) [enter page number(s)].� �Each individual item considered privileged or confidential under FOIA should be marked with the following notice: ��The data or information is considered by the submitter to be confidential or privileged, and is not subject to mandatory disclosure under the Freedom of Information Act.� Response Review: The MDA intends to use government and third party, non-government (i.e., contractor) support personnel as subject matter experts in the review of responses received, including the review of any marked or unmarked proprietary information provided. �Appropriate nondisclosure agreements will be executed between the third party, non-government support personnel and the MDA. �As a general policy, contractors providing advisory and assistance services to the Agency, particularly in the engineering, acquisition support, and quality functional areas, cannot develop or support the development of the Agency�s procurement efforts This separation of contractual responsibilities is critical to ensuring the Agency obtains independent and objective advice. Submission of a response under this Source Sought constitutes a grant of authority by the respondent to the MDA to allow access to these third party individuals to any content of the submission that may constitute material within the ambit of the Trade Secrets Act, 18 U.S.C. 1905. Respondents will not be notified of receipt or of the results of any review of this Source Sought; however, the Contracting Officer may request clarification of submissions. Contracting Office Address: Missile Defense Agency (MDA) Sea-Based Weapon Systems (AB) Suite 160 Dahlgren, VA 22448 Primary Points of Contract: ABT.Radar.Effort@mda.mil Vendor Demographics: Information Requested Organization Overview (respond to each bullet) Organization Name NAICS (North American Industry Classification System) Codes Number of years of corporate experience Business Classification / Socio-Economic Status (e.g., large, small, 8(a), women owned, hub-zone, SDB, Service-Disabled Veteran Owned, etc.) Provide services as Prime Contractor? (Yes/No) Services Offered (respond to each bullet) Describe your primary line of business Are offered items (equipment, software, services, etc.) commercially available? Geographic Scope (respnd to each bullet) To what geographies do you provide services (i.e., regional (specify region), national, international) Point of Contact (respond to each bullet) Provide name, address, telephone number, and email address of person to contact regarding this information DISTRIBUTION STATEMENT A.� Approved for public release; distribution is unlimited. Approved for� Public Release 23-MDA-11653 (14 Dec 23)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6e39b8cc6e0241489580ebd533b927a7/view)
 
Place of Performance
Address: Dahlgren, VA, USA
Country: USA
 
Record
SN06919040-F 20231222/231220230050 (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.