Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 15, 2010 FBO #3064
SOURCES SOUGHT

18 -- Information Request for Precision Tracking Space System Acquisition Strategy

Notice Date
4/13/2010
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Other Defense Agencies, Missile Defense Agency, MDA-DACV, 106 Wynn Drive, PO Box 1500, Huntsville, Alabama, 35807, United States
 
ZIP Code
35807
 
Solicitation Number
HQ0147-10-R-PTSS
 
Point of Contact
Elizabeth H. Moulder, Phone: 2564501014, H. Paul Rhodes, Phone: 2563139427
 
E-Mail Address
elizabeth.moulder@mda.mil, paul.rhodes@mda.mil
(elizabeth.moulder@mda.mil, paul.rhodes@mda.mil)
 
Small Business Set-Aside
N/A
 
Description
1. Background: The Missile Defense Agency (MDA) is responsible for developing an integrated Ballistic Missile Defense System (BMDS), integrating land, sea, air, and space based assets to defend the United States, friends and allies, and deployed forces from ballistic missile attack. In October 2010, the Agency plans to begin the Precision Tracking Space System (PTSS) project as an eventual new space sensor layer for the BMDS. The objective is to deliver an operational space-based system to address the ascent phase midcourse tracking challenge. To meet this objective, the Agency plans first to develop a prototype system, followed by production of 9 – 12 spacecraft and associated ground control and processing equipment integrated with the developed Ballistic Missile Defense System elements enabling command and control, track generation, fusion, and transfer of data throughout the entire fire-control loop. 2. Description: a. Request for Information (RFI). In an effort to conduct current market research, this is a Request for Information to gain insight from industry, the national laboratories, universities and university affiliated research and development centers on their capability to contribute to the PTSS development and deployment. b. RFI Focus. Executive Summary MDA plans a full and open competition for production of the Precision Tracking Space System by industry in FY14. The manufacturing and production sustainment will include 9 to 12 space vehicles and ground segment software integrated into the BMDS. Prior to production, the Agency will conduct a prototyping effort starting in FY11 led by the Johns Hopkins University Applied Physics Laboratory. The prototyping effort culminates in launch and on-orbit activities in FY15. Early in FY11 industry will be competitively awarded contracts, up to 5, to join the PTSS Integrated Systems Engineering Team to provide producibility influence and mass production considerations in the prototype design. Details The Agency requests interested parties submit a capability statement demonstrating core capabilities, technologies, and expertise to collaboratively develop prototype system specifications, interfaces, components, and technologies that meet the objectives outlined below. The PTSS will conduct prototype development with a national laboratory team, led by Johns Hopkins University’s Applied Physics Laboratory. PTSS will include participation of the U.S. Air Force Space and Missile Systems Center and laboratory partners to include the Naval Research Laboratory, Utah State University’s Space Dynamics Laboratory, Massachusetts Institute of Technology’s Lincoln Laboratory, and Department of Energy’s Sandia National Laboratory. During the prototype phase, industry will have the opportunity to compete for contracts to join the Integrated System Engineering Team (ISET). Up to 5 contracts are planned for award in early FY11, prior to the prototype System Design Review. As members of the ISET, industry will make recommendations on the prototype concept, design, analyses, trades, interfaces, and decisions. Also, as part of the ISET, industry will be tasked to conduct specific engineering analyses to be developed and shared in a non-proprietary collaborative environment. Finally, industry will be tasked to provide feedback and recommendations to the government on producibility and manufacturability issues as well as concerns for production of the constellation. The design approach is to make the space sensor layer a part of the integrated BMDS architecture assigning to PTSS the minimum necessary functionality. Other competitive opportunities for industry may be available during the prototyping phase for components, subsystems and other critical technologies. MDA contemplates establishing hardware catalogue items with industry partners. These catalogue items will then be available for use during the production contract competition. MDA plans to competitively select one contractor for production after completion of prototype assembly, integration & test. The production system performance will be tightly coupled to the prototype performance and maximum application of “lessons learned” from the development and operation of the prototype and design traceability into the production constellation will be valued. The production contract is planned in two phases. The first phase includes engineering design efforts leading to a Delta Critical Design Review and long-lead item procurement. The second phase is initial production, planned to start after successful launch, check-out, and on-orbit test of the prototypes. This overall approach is designed to remove proprietary barriers, provide MDA access to the best technologies, open competition for production, and create a cost-effective and fiscally sustainable program. c. Place of performance. Not applicable. d. Government-Furnished Information (GFI) / Government-Furnished Equipment (GFE). GFI/GFE is not applicable. e. Responses: MDA is requesting interested parties submit capability statements and white papers that capture core capabilities and expertise and demonstrate applicable technologies or concepts/approaches. Responses should be provided via the MDA Advanced Technology Innovation (ATI) Broad Agency Announcement (BAA), HQ0147-09-ATI-BAA, utilizing the submission instructions included in the announcement. The ATI BAA is issued under the provisions of Federal Acquisition Regulation (FAR) 6.102(d)(2), which provides for the competitive selection of research proposals. Contract(s) based on responses to this BAA are considered to be the result of full and open competition and in full compliance with the provisions of PL 98-369, “The Competition in Contracting Act of 1984.” The BAA is available in the Federal Business Opportunities (FedBizOpps) under HQ0147-09-ATI-BAA: https://www.fbo.gov/index?&s=opportunity&mode=form&id=19b340086aee52421d2f447d77c2877a&tab=core&tabmode=list f. Marking. Submissions must comply with the instructions set forth in the BAA, HQ0147-09-ATI-BAA. Potential sources are responsible for adequately marking propriety information contained in their response. Any proprietary information MUST be marked as such on a page-by-page basis. The Government intends to use third party, non-Government (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 non-disclosure agreements have been executed between the third party, non-Government (contractor) support personnel and the Government and are on file with the Government. A submission of a response to this RFI constitutes the respondent’s acknowledgement and agreement that the information provided in the response, including any marked or unmarked proprietary or source selection information, may be disclosed to these third party, non-Government (contractor) support personnel. g. Compensation. This is a market research announcement for informational planning purposes and does not constitute a Request for Proposal, nor is it to be construed as a commitment by the Government. Offerors are reminded that the ATI BAA is for the acquisition of basic and applied research and that part of development not related to the development of a specific system or hardware procurement. BAAs may be used by agencies to fulfill their requirements for scientific study and experimentation directed toward advancing the state-of-the-art or increasing knowledge or understanding rather than focusing on a specific system or hardware solution. If you have additional questions, please contact Ms. Elizabeth Moulder, Contracting Officer, Advanced Technology, DACV/DV, 256-450-1014, elizabeth.moulder@mda.mil, or Mr. H. Paul Rhodes, Director (Acting), DACV, 256-313-9427, paul.rhodes@mda.mil. Request submissions no later than thirty (30) calendar days after the original posting of this request. The ATI BAA Contracting Officer is Ms. Janice Olson, Janice.olson@mda.mil, (256) 313-9497.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/MDA/MDA-DACV/HQ0147-10-R-PTSS/listing.html)
 
Record
SN02120165-W 20100415/100413234743-0a678855e3ade6c493016d82f1e9c9b3 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.