SPECIAL NOTICE
J -- Ground-based Midcourse Defense (GMD) - Fielded Operations, Readiness, Training, Reliability, Engineering, and Sustainment Services (FORTRESS) Request For Information
- Notice Date
- 6/13/2025 8:11:51 AM
- Notice Type
- Special Notice
- 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
- MDA25GMRFI01
- Response Due
- 7/14/2025 1:00:00 PM
- Archive Date
- 07/29/2025
- Point of Contact
- Lauren McMinn, Phone: 256-450-1638
- E-Mail Address
-
lauren.mcminn@mda.mil
(lauren.mcminn@mda.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- DISCLAIMER: This Request for Information (RFI) is issued for market research and planning purposes only in accordance with FAR Part 10, Market Research. This RFI is not a Request for Proposal, Fair Opportunity Proposal Request (FOPR), Invitation for Bid, or an obligation on the part of the Government to acquire any products or services. The purpose of this RFI is to collect and analyze respondent�s capabilities within the market. Responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. Information submitted will be considered as an exchange of information and may be used as part of future solicitation. No funds have been authorized, appropriated, or received for this contemplated effort. The Government will not pay for the information requested herein nor for any costs accumulated while responding to this RFI. This includes, but is not limited to, costs associated with attending any Industry Day activities, or for any other costs incurred by a participant who elect to provide information in response to this RFI. The Missile Defense Agency (MDA) reserves the right to request follow-up information from RFI respondents, as needed, to clarify the information submitted. Information received from follow-up questions and presentations is considered part of the overall market research activity per FAR Part 10. Based on the level of interest and capability of industry to perform in these areas, the Government reserves the right to develop an acquisition strategy to pursue a solicitation. All acquisition approaches will be considered. In accordance with the Paperwork Reduction Act, RFI submissions will be encrypted and only accepted electronically. All submitted information 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, informative, and clearly demonstrate competencies and expertise in executing the requirements. The information provided may be used in developing an acquisition strategy, a statement of work, statement of objectives, or performance work statement. Any subsequent actions resulting from this RFI may be synopsized at a future date. If synopsized, information detailing the specific requirements of this procurement will be included. Not responding to this RFI does not preclude participation in any future solicitation, if issued. If a solicitation is released, it will be provided via appropriate means. The MDA prefers industry responses not constrained by proprietary information. However, if proprietary information is included in the reply, the respondent is responsible for appropriate markings. The Government will not be liable for or suffer any consequential damages for any proprietary information not properly marked or clearly identified. Proprietary information received in response to this RFI will be safeguarded and handled in accordance with applicable Government regulations. Be advised that all submissions become Government property and will not be returned. This RFI will assist MDA in making informed acquisition decisions related to: Potential and logical scope/prime contractor alignments. Defining of work roles for FORTRESS - Fielded Operations, Readiness, Training, Reliability, Engineering, and Sustainment Services. Alternative approaches, technology available and suggestions on ways to enhance Ground-based Midcourse Defense�s (GMD�s) FORTRESS execution. Identification of risks and identification of potential cost drivers that could impact the successful execution of the GMD FORTRESS scope. Identification of existing lessons learned that can be applied to the GMD Program from similar federal acquisitions based on program size, mission, and / or complexities. MDA will assess respondent�s strategies and capabilities to perform the following key requirements of Fielded Operations, Readiness, Training, Reliability, Engineering, and Sustainment Services. PROGRAM BACKGROUND: The GMD Program Element of the Missile Defense System (MDS) provides Combatant Commanders the capability to engage and destroy intermediate- and long-range ballistic missile threats in space to protect the U.S. The GMD Program Element integrates multiple sensors, communications systems, fire control capabilities, and Ground-Based Interceptors (GBIs) to detect, track, and destroy intermediate and long-range ballistic missile threats during the midcourse phase of flight. The GMD Program Element is composed of two main components: GBIs and Ground Systems (GS), along with required communications, support equipment, training equipment, and facilities. The GMD Program Element is a distributed capability with operational mission locations in Alaska, California, Colorado, and New York. The GMD architecture provides for a defensive operations capability as well as the simultaneous conduct of operations, flight tests, ground tests, cybersecurity tests, and training. The MDA implements an evolutionary acquisition strategy to design, build, integrate, test, and field capabilities for missile defense in an incremental capability delivery approach. Therefore, the GMD Program Element is involved simultaneously in multiple life cycle phases ranging from Product Development (Limited Fielding) to Operations and Sustainment. Operations & Sustainment (O&S) The scope listed below is a high-level overview of program�s scope as currently structured. Supports day-to-day GMD weapon system operations and readiness, to include performing Preventive and Corrective maintenance functions on the Ground Systems, performing analysis related to system health and availability, and executing failure/fault checklists, as appropriate. Issues identified by the Contractor requiring GMD Component contractor level knowledge and expertise will be provided to the Government for coordination with GMD Component contractors for resolution. Maintain readiness of the GMD Element. Plan and execute planning, reporting, analysis, and assist with issues and assets associated with operations, training, test, and exercise events, scheduled system and site transitions, development activities, and O&S activities including necessary privileged user/system administrator (SA) functions. Utilize and Sustain Government provided Maintenance Management Maximo database on the Government Integrated Digital Data Environment (IDDE). Maintain and operate all administrative, scheduling, DEVSECOPS on the Government IDDE. Perform maintenance (preventative, predictive and corrective) of the GMD Element and associated infrastructure. Plan and execute product support to meet or exceed Government directed system availability rates. Schedule and support coordination and synchronization of maintenance activities as required by the Asset Management Procedures to cover near-term, mid-term and long-term activities and be maintained on the IDDE. Execute hardware and software upgrades IAW Government provided installation kits/packages. Establish Contractor depot/original equipment manufacturer (OEM) and developer relationships to plan and execute both on-site and depot maintenance efforts to support the GMD Element. Develop and maintain a contractor sparing analysis on the IDDE to support the GMD Element, associated infrastructure, and Peculiar Support Equipment (PSE) and provide recommended GMD Component sparing levels to the Government for acquisition from GMD Component contractors. Conduct Government and Component Contractor Sparing Analysis reconciliation to determine reorder points to meet operational availability requirements. Notify the Government for sparing requests for non-Commercial off the Shelf (COTS) items under the engineering design authority of a Component Contractor. Failed non-COTS GMD PME will be returned to the respective GMD Component contractor via the Government for repair and/or replacement. Execute replenishing of design-authorized COTS required spares, repair parts, consumables, and PSE necessary to maintain the components of the GMD Element. If a design-authorized COTS item is not available notify the Government for the identification of a replacement COTS item from the GMD Component contractor. Provide supply support to spares listing, inventory management, and automated record system, and provide real-time data to the Government IDDE. Operate and sustain GMD Element support, training, and test equipment. Manage and perform GMD system transitions between three Simultaneous Test and Operations (STO) environments: (1) Operations, (2) Maintenance, and (3) Test/Development. INSTRUCTIONS: Address all questions concerning this RFI in writing via e-mail to lauren.mcminn@mda.mil. Additional information on the GMD weapon system can be found at www.mda.mil. In accordance with the Paperwork Reduction Act, RFI submissions will only be accepted electronically. Responses to this RFI are due no later than July 14, 2025. All submitted information will be handled accordingly as marked. Any subsequent actions resulting from this RFI may be synopsized at a future date. If synopsized, information detailing the specific requirements of this procurement will be included. Not responding to this RFI does not preclude participation in any future solicitation, if issued. If a solicitation is released, it will be provided via appropriate means. The MDA prefers industry responses not constrained by proprietary information. However, if proprietary information is included in the reply, the respondent is responsible for appropriate markings. The Government will not be liable for or suffer any consequential damages for any proprietary information not properly marked or clearly identified. Proprietary information received in response to this RFI will be safeguarded and handled in accordance with applicable Government regulations. Be advised that all submissions become Government property and will not be returned. SUBMISSION REQUIREMENTS: Interested parties are requested to provide an information package consisting of the following: Respondents and/or Prospective Offerors (if a solicitation is issued) and its subcontractors/ suppliers which must be U.S. firms/businesses and not foreign owned, controlled, or influenced. Responses limited to a maximum page count of 25 pages. The response shall be single-spaced, minimum 12-point Times New Roman font, and describe corporate experience and/or relevancy in the areas described in the requirements scope. Do not submit generic corporate marketing materials for this RFI. COMPANY PROFILE: Provide a profile of your company, including Company Name, Point of Contact, Address, Telephone and Fax Numbers, Email Address, Unique Entity Identifier, Commercial and Government Entity Code and/or Tax ID Number, Facility Clearance Level, and applicable socio-economic business/company profile (e.g., Large/Small Business (SB), 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 (HUB Zone) SB, other, etc.). If applicable, the prime business responding to this RFI must identify the teaming partners, business size(s), and business socio-economic category. SIMILAR EXPERIENCE: If the respondent has similar experience or historical information available, the MDA requests a consolidated table of experience based on the requirement scope with the below information: a) contract number(s) , b) title and objective of contract, c) contracting agency and point of contact information, d) scope, period of performance, and type of contract (e.g., fixed price, cost reimbursement, fee) Responses should address the following questions: Describe your experience providing operations and sustainment services for weapon systems, particularly those similar to the GMD fielded weapon system. Include specific examples of successful programs and key performance metrics achieved. How has your approach been successfully implemented in other like-sized programs? What is your transition strategy or recommendations to the MDA to transition to the GMD FORTRESS Contract? Please address the acquisition approach as well. What is your technical capability to meet existing/envisioned mission needs? What is your envisioned teaming/subcontracting plan to meet the mission needs? Describe your approach to effective program management, financial management, and successful experience working with multiple, peer-level contractor companies. What automation technologies (e.g., predictive maintenance tools, automated diagnostics, asset management tools) do you utilize or have experience with? Describe your data analytics capabilities, including your ability to collect, process, analyze, and visualize data from weapon systems and related sources. Explain your approach to predictive maintenance. What types of data do you analyze, and what algorithms do you use to predict failures and optimize maintenance schedules? Describe your overall maintenance philosophy and how it aligns with the goals of maximizing weapon system availability, reliability, and maintainability. Describe your approach to continuous improvement and how you leverage data and feedback to optimize operations and sustainment processes. Explain your approach to supply chain management, including your ability to source, procure, and manage spare parts and components for weapon systems. How do you address obsolescence issues for weapon systems, including identifying potential obsolescence risks and developing mitigation strategies? Describe your approach to cost estimation and how you develop accurate and realistic cost estimates for operations and sustainment programs. What key performance metrics do you track to measure the effectiveness of your operations and sustainment services? How do you identify and implement cost reduction strategies while maintaining or improving weapon system performance?
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/19289e53697241419b327ca1fdaa61a8/view)
- Place of Performance
- Address: Redstone Arsenal, AL 35898, USA
- Zip Code: 35898
- Country: USA
- Zip Code: 35898
- Record
- SN07476910-F 20250615/250613230046 (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 |