Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 11, 2024 SAM #8201
SOURCES SOUGHT

99 -- Sustainment Engineering Integrated Product Support

Notice Date
5/9/2024 2:29:00 PM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
MISSILE DEFENSE AGENCY (MDA) HUNTSVILLE AL 35898 USA
 
ZIP Code
35898
 
Solicitation Number
24-MDA-11783
 
Response Due
5/24/2024 2:00:00 PM
 
Archive Date
06/08/2024
 
Point of Contact
Jennifer Morgan, Phone: 2564503144, Reggie Wills, Phone: 2564501986
 
E-Mail Address
jennifer.morgan@mda.mil, reginald.wills@mda.mil
(jennifer.morgan@mda.mil, reginald.wills@mda.mil)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
1. DESCRIPTION: This Request for Information (RFI) notice is to support acquisition strategy development and identify capable sources to fulfill the high-level requirements described below. �This notice is In Accordance With (IAW) Federal Acquisition Regulation (FAR) 15.201 and FAR19.203. This RFI is for market research purposes. �This is a market research announcement for planning purposes only and does not constitute a Request for Proposal (RFP). �Information submitted will be considered as an exchange of information and may be used for acquisition planning or in future acquisitions.� Participation in and preparation of a response to this RFI is voluntary.� The Missile Defense Agency (MDA) will not reimburse costs associated with responding to the RFI. �RFI responses will not be considered offers and will not be accepted by MDA to form a binding contract. The MDA Targets and Countermeasures (TC) Life-Cycle Management (TCL) Directorate is conducting market research to determine industry�s interest and capability to provide Integrated Product Support (IPS). 2. REQUIRMENTS: The MDA is seeking small businesses able to provide TCL Sustainment and Integrated Product Support.� The intent is to make an award to an 8(a) Small Business, if it is determined that capable 8(a) small business firms exist that can satisfy TCL mission requirements.� The Contractor shall provide the Government with integrated product support for Sustaining Engineering, Packaging, Handling, Shipping and Transportation (PHS&T), and Product Support Management. 3. INSTRUCTIONS: 3.1. Responses to this RFI are due no later than May 24, 2024 at 4:00 pm Central Standard Time. �Submit RFI responses via e-mail to TC-Futureacquisitions@mda.mil. 3.2. Data and research may be available via public/open sources.� 3.3. In accordance with the Paperwork Reduction Act, RFI submissions will be only be accepted via email.� All submitted information should be appropriately marked and will be handled accordingly as marked. �Respondent�s information/documents submitted in response to this RFI will not be returned. �The Respondent�s information/documents should be complete, be informative, and clearly demonstrate competencies and expertise in executing the requirements. �MDA will not accept any responses submitted as classified information.� Industry is encouraged to respond with information not constrained by proprietary data rights.� If proprietary data is included in the reply, the respondent is responsible for appropriate markings on a paragraph-by-paragraph basis. 4. SUBMISSION REQUIREMENTS: 4.1. Respondents and/or Prospective Offerors should be from an 8(a) Small Business (if a solicitation is issued) and its subcontractors/suppliers must be United States firms/businesses and not foreign owned, controlled, or influenced. 4.2. Responses shall be single-spaced, minimum 12-point Times New Roman, not more than 20 pages, and describe approach, experience, capability, and/or relevancy in the areas described in the requirements scope.� (Do not submit generic corporate marketing materials for this RFI.�) 5. COMPANY INFORMATION/PROGRAMMATIC RESPONSE: Programmatic responses shall address the following:� Past performance Contract/Subcontract�references shall include the Contract/Subcontract Number(s), Title and Objective of Contract/Subcontract, Contracting Agency and Point of Contact Information, Scope, Period of�Performance, and Type of Contract (e.g., fixed price, cost reimbursement, etc.). 5.1. COMPANY PROFILE: Provide a profile of your company, including Company Name, Point of Contact, Address, Telephone and Fax Numbers, Email Address, Unique Entity Identifier (UEI), Commercial and Government Entity (CAGE) Code and/or Tax ID Number, Facility Clearance Level, company business size under the listed NAICS, and anticipated exit date to the SBA 8(a) Program. 5.2. CAPABILITY AND EXPERIENCE: MDA/TCL requests a consolidated table of experience based on the requirement scope as listed with the below information: 5.2.1. Sustaining Engineering: 5.2.1.1. Provide past performance examples of your propulsion component testing such as static fire and aging and surveillance testing experience(s) dealing with MDA or other Department of Defense (DoD) agencies� assets.� Response should include experience with the development of test plans, modeling and simulation analysis of test specific hardware, test support to include set up of the test hardware and support equipment, assembly of the test article, evaluation of test data, and preparation of test reports for test events.� If no specific examples (or in addition), please provide your approach, tools, personnel, expertise, knowledge, or similar activities in accomplishing these types of tasks. 5.2.1.2. Provide past performance examples with assembly and disassembly of rocket motor stages and other complex ordnance systems to support flight tests, storage, and/or disposal. �If no specific examples (or in addition), please provide your approach, tools, personnel, expertise, knowledge, or similar activities in accomplishing these types of tasks. 5.2.1.3. Provide examples of work performed in the design & modification of heavy haul trailers that carry specific rocket motors.� If no specific examples (or in addition), please provide your approach, tools, personnel, expertise, knowledge, or similar activities in accomplishing these types of tasks. 5.2.1.4. Provide examples of Hazardous and Safety Critical Procedures (HSCPs) written/ developed to support mission operational requirements.� If no specific examples (or in addition), please provide your approach, tools, personnel, expertise, knowledge, or similar activities in accomplishing these types of tasks. 5.2.1.5. Provide examples of rocket motor transportability modeling/analysis and studies conducted.� If no specific examples, please provide your approach, tools, personnel, expertise, knowledge, or similar activities in accomplishing these types of tasks. 5.2.2 Supply Support: 5.2.2.1 Provide your past performance experience in tracking, management, and disposal/recycling of hazardous material/liquid propellants such as nitrogen tetroxide, and other similar materials. Provide your approach, tools, personnel, expertise, knowledge, or similar activities in accomplishing these types of tasks. 5.2.3 Packaging, Handling, Storage, and Transportation (PHS&T): 5.2.3.1. Provide past performance examples related to PHS&T of Hazardous material/liquid propellants. �If no specific examples, please provide your approach, tools, personnel, expertise, knowledge, or similar activities in accomplishing these types of tasks. 5.2.3.2. Provide examples of Interim Hazard Classification (IHC) preparation and approval.� If no specific examples, please provide your approach, tools, personnel, expertise, knowledge, or similar activities in accomplishing these types of tasks. 5.2.3.3. Give examples of Certification of Equivalency (CoE) preparation and approval.� If no specific examples, please provide your approach, tools, personnel, expertise, knowledge, or similar activities in accomplishing these types of tasks. 5.2.3.4. Provide examples of Air Certification Data Package preparation and approval.� If no specific examples, please provide your approach, tools, personnel, expertise, knowledge, or similar activities in accomplishing these types of tasks. 5.2.3.5. Provide historical experience with the transportation/movement of targets/missiles, and/or similar ordnance/launch vehicles.� If no specific examples, please provide your approach, tools, personnel, expertise, knowledge, or similar activities in accomplishing these types of tasks. 5.2.4 Product Support Management: 5.2.4.1. Provide examples of maintaining technical historical records and data.� If no specific examples, please provide your approach, tools, personnel, expertise, knowledge, or similar activities in accomplishing these types of tasks. 5.2.4.2. Provide historical experience working with various types of ordnance: targets/rockets/missiles and countermeasures.� �If no specific examples, please provide your approach, tools, personnel, expertise, knowledge, or similar activities in accomplishing these types of tasks. 6. RECOMMENDED CONTRACT TYPE INFORMATION: This requirement is currently being performed under a Cost Plus Fixed Fee (CPFF) contract under the Small Business 8(a) Program.� It is our desire that this effort continue as an 8(a) Small Business Set-aside if it is determined that there are qualified sources that can meet the requirements. 7. RECOMMENDED ACQUISITION APPROACH: It is anticipated that this requirement will be required for a total of five (5) and � years, consisting of a Base period of one (1) year with four (4) one-year (1-yr) options and one (1) additional six (6) month option.� It is anticipated that this effort is needed by 4QFY2024.� 8. BARRIERS TO PARTICIPATE: What are the potential barriers to competition for this effort? �How can MDA mitigate and resolve some of these barriers? 9. ORGANIZATIONAL CONFLICT OF INTEREST (OCI): The general rules in FAR 9.505, and 9.505-1 through 9.505-4 shall apply to any performance or participation by any potential Offer or and any of its affiliates or their successors-in-interest.� If any actual or potential conflict exists, it must disclosed accordingly and submit an appropriate OCI Mitigation plan for review and approval if required. 10. DATA RIGHTS: Please provide any assertions or claims of limited or restricted rights to the Government as part of your potential contract efforts (guided by Defense Federal Acquisition Regulation Supplement (DFARS) requirements for types of technical data) such as contract data requirements lists, technical drawings, software, and hardware. �DFARS defined categories of data rights are: 1) Unlimited Rights (UL); 2) Government Purpose Rights (GPR); 3) Limited Rights (for Technical Data) (LR); 4) Restricted Rights (for Computer Software) (RR); and 5) Special License Rights (SLR). 11. SMALL BUSINESS: The objective of this RFI is to determine the capabilities of small business to accomplish the requirements contained herein, and to inform the acquisition strategy development with regard to setting aside any future acquisition. �In addition, the intent is to make an award to an 8(a) Small Business, if it is determined that capable small business firms exist that can satisfy TCL mission requirements. MDA is requesting the following information: The prime 8(a) small business Contractor responding to this RFI must include their past experience in managing subcontractors on similar requirements, and if applicable, include subcontractor or teaming partners� past experience applicable to requirements specified in this Sources Sought. Responsible 8(a) small businesses planning teaming arrangements to meet the support requirements listed above are expected to articulate the portions of work that the prime 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 NAICS for this Sources Sought. 12. RISK MANAGEMENT: Describe what opportunities for mitigating risks to target mission success are inherent in the proposed solution. �Describe risk management and mission assurance approach/processes. 13. PROTECTING INFORMATION ON FEDERAL AND NONFEDERAL SYSTEMS:� DoD participates in a range of activities to improve the collective cybersecurity of the nation and protect U.S. data and interests.� When working on DoD networks and when processing, storing, and transmitting Controlled Unclassified Information (CUI) on their own company�s network(s) (nonfederal system(s)), Contractors are required to secure DoD's information by leveraging the National Institute of Standards and Technology information security standards and guidelines.� Describe your cyber robustness, resilience, and hygiene approach towards protecting information and your ability to meet cybersecurity requirements.� For nonfederal systems, address your management approach for ensuring that CUI is properly handled in your company�s network and how CUI is managed and implemented throughout your supply chain. �At a high level, describe your company�s approach for addressing the requirements of DFARS 252.204-7012, �Safeguarding Covered Defense Information and Cyber Incident Reporting,� DFARS 252.204-7019, �Notice of NIST SP 800-171 DoD Assessment Requirements,� and DFARS 252.204-7020, �NIST SP 800-171 DoD Assessment Requirements.�� At a high level, describe your company�s use of System Security Plans (SSP) and a Plan of Action and Milestones for internal (nonfederal) information systems handling controlled unclassified information. �For federal systems, note your strategies for implementing the Risk Management Framework and how active continuous monitoring of cybersecurity controls is implemented.� 14. TECHNICAL CAPABILITIES:� Describe processes, tools, equipment, and personnel knowledge experience of the requirement.� Your responses to the herein described areas of support should be specific, and generic statements or sentences merely parroting the requirement may not be considered for further evaluation.� Response should be clear and to the point and should easily demonstrate your company�s qualifications and experience without a requirement for further discussion. 15. QUALITY, SAFETY AND MISSION ASSURANCE: Provide your company�s quality, systems safety and mission assurance programs, processes, and standards. �Describe how your programs adhere to or meet industry standards and best practices. 16. FOLLOW-UP: 16.1. Based on the level of interest and the apparent capability of industry to perform in these areas, the Government reserves the right to develop an acquisition strategy to pursue a solicitation as a single contract or as multiple contract actions, if any.� 16.2. Based on the level of interest and the apparent capability of industry, MDA may request follow-up information from RFI respondents as needed. �Information received from follow-up questions and possibly one-on-one presentations is considered part of the overall market research activity and will be conducted IAW FAR Part 15.201.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/82fb36d897624b92bfafba283b30638b/view)
 
Place of Performance
Address: Redstone Arsenal, AL 35898, USA
Zip Code: 35898
Country: USA
 
Record
SN07059411-F 20240511/240509230051 (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.