Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 14, 2025 SAM #8601
SOURCES SOUGHT

14 -- Request for Information for Ka-band Radio Frequency Seeker for Patriot Advanced Capability-3 Missile Segment Enhancement Missile

Notice Date
6/12/2025 5:45:08 AM
 
Notice Type
Sources Sought
 
Contracting Office
W6QK ACC-RSA REDSTONE ARSENAL AL 35898-5090 USA
 
ZIP Code
35898-5090
 
Solicitation Number
PANRSA-25-P-0000014686
 
Response Due
7/12/2025 3:00:00 PM
 
Archive Date
07/27/2025
 
Point of Contact
Anthony Vaughn, PATRICIA MADORE BOOTH
 
E-Mail Address
anthony.vaughn.civ@army.mil, patricia.madorebooth.civ@army.mil
(anthony.vaughn.civ@army.mil, patricia.madorebooth.civ@army.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
Request for Information (RFI) for Program Executive Office (PEO) Missiles & Space (MS) Project Manager, Short and Intermediate Effectors for Layered Defense (SHIELD) Ka-band Radio Frequency (RF) Seeker for Patriot Advanced Capability-3 (PAC-3) Missile Segment Enhancement (MSE) Missile SYNOPSIS The US Army PEO MS, Project Manager, SHIELD is conducting market research to identify potential interested sources with the capability to develop a Ka-band RF seeker for the PAC-3 MSE missile as a second source of supplier for seekers to the current missile integration prime contractor. The PAC-3 MSE missile provides protection against a wide range of aerial threats, to include tactical ballistic missiles (TBMs), subsonic and supersonic cruise missiles (CMs), and other air breathing threats (ABTs). REQUEST FOR INFORMATION AND SOURCES SOUGHT FOR PLANNING PURPOSES (a) The Government will not pay for the information submitted in response to this notice. (b) Although �proposal� and �offeror� are used in this Request for Information and Source Sought Notice, your response will be treated as information only. It will not be used as a proposal. (c) This notice is issued for the purpose of obtaining information to serve as market research and to find contractors capable and interested in a possible future procurement to assist in the development of a procurement strategy. PAC-3 MSE MISSILE SYSTEM DESCRIPTION The PAC-3 MSE missile is containerized in a �one-pack� canister kitted to another canister in the field to form a �two-pack.� The M903 PATRIOT Launching Station (LS) processes launch commands and provides pre-launch power for built-in-tests for various missile subsystems, to include the seeker. Initial launch and guidance parameters are transmitted via the Enhanced Launcher Electronics System mounted on the LS. The Ka-band RF seeker prototype is required to integrate with the PAC-3 MSE missile. There is trade space to optimize the design of the seeker to enhance missile performance. The RF seeker is required to fit within the current outer-mold-line (OML) of the PAC-3 MSE missile. KA-BAND RADIO FREQUENCY SEEKER REQUIREMENTS Respondents replying to this RFI will address the following requirements in their response. The RF seeker shall be capable of achieving hit-to-kill accuracy against a wide range of aerial threats, to include TBMs, subsonic and supersonic CMs, and other ABTs. The RF seeker shall fit within the current OML of the PAC-3 MSE missile. The system shall provide the following cybersecurity features and data integrity capabilities as defined in DoD Instruction (DoDI) 8500.1, DODI 8510.01, DODI 8500.01, Chairman of the Joint Chiefs of Staff Instruction 6510.01F, Army Regulation (AR) 25-2, and AR 380-5. The system shall be capable of conducting a technology demonstration in the FY26-FY27 timeframe consisting of all digital simulation, hardware-in-the-loop, and/or a live fire demonstration. RESPONSE INSTRUCTIONS Part A. Business Information: Please provide the following information for your company and for any teaming or joint venture partners: Company/Institute name Address Point of Contact Commercial and Government Entity (CAGE) Code Data Universal Numbering System (DUNS) Number Phone Number Email Address Web page URL Size of business pursuant to North American Industry Classification System (NAICS) Code 336414; Guided Missile and Space Vehicle Manufacturing. Based on the above NAICS Code, state (Yes/No) whether your company qualifies as a Small Business, Woman Owned Small Business, Small Disadvantaged Business, 8(a) Certified, HUB Zone Certified, Veteran Owned Small Business, Service-Disabled Small Business, or Central Contractor Registration. Provide a statement describing your company as domestically or foreign owned (if foreign owned, please indicate country of ownership). Part B. Company Capability (3-page maximum): Briefly describe the capabilities of your company and the nature of the goods and/or services you provide. Describe your company's experience on previous projects similar in complexity to this requirement. Include contract numbers, a brief description of the work performed, period of performance, and agency or organization supported. If you plan to use subcontractors for this effort, what subcontractors would you use to do what percentage of what work? How many are small and/or disadvantaged businesses? Part C. Technical Submission: The response should include a detailed description of the technical solution at the system and subsystem level. The response should identify if the solution requires development or is an existing solution. The submission should outline key performance capabilities of the technical solution. The response should include the current and projected Technology Readiness Level and Manufacturing Readiness Level at the system and subsystem levels and provide supporting information to justify the ratings. The response should include a projected schedule for the design, development, integration, test, qualification, and production to include the long lead times of the solution if required. Or the response should include a projected schedule for the integration, test, qualification, and production to include the long lead times of your candidate solution if it is an existing solution. The response should address the data rights assertions for the candidate solution. The response should describe the approach to transition from development, integration, and/or test depending on the maturity of the solution to production and fielding. The response should address technical and programmatic risks associated with the solution. The response should include any significant supply chain concerns and any potential impact on schedule. The response should include any concerns with the Government�s technical or schedule goals, along with suggestions to change the Government�s approach or goals to reduce risk. SUBMISSION INSTRUCTIONS All responses must be submitted in writing, and must include the following: company name, CAGE code, and appropriate point of contact information. The Government will consider marketing material as an insufficient response to this RFI. Respondents should indicate which portions of their responses are proprietary and should mark them accordingly. The Government will honor appropriate proprietary claims to prevent improper disclosure. The response must include a white paper of no more than 20 pages (text 12-point font, figures 9-point) describing the Ka-band RF second source seeker solution. A fold-out page counts as one page. The Government must receive the RFI response not later than 30 calendar days after RFI release, by 1500 Central Standard Time. If day 30 falls on a weekend or holiday, then responses are due the next business day. The Government will receive unclassified, electronic responses submitted via email to patricia.madorebooth.civ@army.mil, or via (DoD) Secure Access File Exchange (SAFE), https://safe.apps.mil/. All submissions must reference the Announcement Number in the email subject line. If a classified submission is required, please contact anthony.vaughn.civ@army.mil for classified submission instructions.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/04ff4ef5722b4817a1ab7d743b75405b/view)
 
Place of Performance
Address: Redstone Arsenal, AL 35898, USA
Zip Code: 35898
Country: USA
 
Record
SN07476380-F 20250614/250612230045 (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.