Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 02, 2011 FBO #3507
SOURCES SOUGHT

A -- Upgraded Early Warning Radar & Cobra Dane (UEWR & CD) BMDS Test and Evaluations

Notice Date
6/30/2011
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Other Defense Agencies, Missile Defense Agency, MDA-DACS, 106 Wynn Drive, PO Box 1500, Huntsville, Alabama, 35807
 
ZIP Code
35807
 
Solicitation Number
HQ0147-11-R-0006
 
Point of Contact
Kevin W. Geary, Phone: 256-450-1488
 
E-Mail Address
kevin.geary@mda.mil
(kevin.geary@mda.mil)
 
Small Business Set-Aside
N/A
 
Description
Request for Information (RFI) / Sources Sought MDA Upgraded Early Warning Radar (UEWR) and COBRA DANE (CD) Ballistic Missile Defense System (BMDS) Integration and Test (UEWR & CD BIT) 1. GENERAL INFORMATION: The purpose of this Request for Information (RFI) / Sources Sought is to aid the government in determining if there is sufficient small business industrial expertise and interest to proceed with a small business set-aside, competitive procurement for the desired capability described below. Only small businesses should reply to this announcement. This RFI/Sources Sought defines the tasks and scope for the UEWR & CD BIT which shall be acquired through a developmental Indefinite Delivery/Indefinite Quantity (IDIQ) contract to plan, execute, and analyze UEWR & CD BMDS flight tests, UEWR & CD BMDS ground tests (including MDA integration testing with the Single Stimulation Framework and at each participating radar site as necessary), and element stand-alone ground tests. This RFI/Sources Sought includes developmental efforts for test provisioning, operation and non-COTS maintenance for the hardware-in-loop (HWIL) representations for each UEWR & CD sensor along with laboratory facilities that shall be required to execute Pre-Mission Testing/System Pre-Mission Testing (PMT/SPMT) for flight tests, BMDS ground testing, and element ground testing. 2. BACKGROUND The Missile Defense Agency Sensors Directorate (MDA/SN), located at Redstone Arsenal, Alabama, is responsible for the development and testing of sensors that provide acquisition and tracking of ballistic missiles that may be launched against the United States, deployed forces, friendly nations, and allies. The primary objective of the Sensors Directorate is to provide a pervasive sensor net for the BMDS that ensures each sensor integrates into the layered defense system, with the ultimate goal of providing target information that can be used by any weapon in the system. UEWR & CD radar testing ensures effective development and maturation of the BMDS and encompasses detection, tracking, and threat discrimination during the early, midcourse and terminal phases of flight. Within SN, the UEWR & CD radar product office (MDA/SNU), located at Hanscom Air Force Base (AFB), Massachusetts is responsible for the development and integration of the missile defense mission within the UEWR & CD radars. Sensors test planning and execution is the responsibility of the MDA Sensors Test Division (MDA/SNT) and Sensors test analysis is the responsibility of the MDA Sensors Engineering Division (MDA/SNE), both located at Redstone Arsenal, Alabama. Tests events are defined in the BMDS Integrated Master Test Plan (IMTP) provided as Government Furnished Information (GFI) by MDA. MDA plans, executes, and analyzes test events in the manner outlined in the MDA BMDS Test Concept of Operations provided as GFI. Typically the UEWR & CD BIT contractor shall be required to support two to three major BMDS ground tests, one element stand-alone ground test, and approximately one to two flight tests per year. MDA executes the IMTP-defined test events at hardware-in-the-loop (HWIL) facilities or at distributed radar sites. The HWIL equipment utilized in testing currently consists of six UEWR test strings and three CD test strings, all located at the Integrated System Test Capability - 1 (ISTC-1), ISTC-2, and Prime Consolidated Integration Laboratory (PCIL) system test labs located in Huntsville, AL. HWIL strings are Unix-based processors, storage and display equipment loaded with UEWR & CD mission software (as applicable), which represents the functionality and performance of UEWR & CD prime mission equipment (PME). The distributed radar sites are the UEWR radars at Beale AFB, California, Thule Air Base, Greenland, and Royal Air Force (RAF) Fylingdales, United Kingdom; and the CD radar at Eareckson Air Station, Shemya Alaska. These four distributed radar sites are owned and operated by Operational Agencies outside of MDA to meet their operational 24/7 mission requirements. Future UEWR radars at Clear Air Force Station (AFS), Alaska and Cape Cod AFS, Massachusetts may be integrated into the BMDS in the 2013-2017 timeframe and would be incorporated into the scope of the UEWR & CD BIT contract. 3. REQUESTED CAPABILITY The contractor being sought through this RFI shall plan, integrate, execute, and analyze UEWR & CD radar testing in IMTP-defined BMDS test events. The contractor shall also manage, operate and provide non-COTS maintenance for the UEWR & CD HWIL test string provisions provided as GFE at ISTC-1, ISTC-2 and the PCIL and complete testing to integrate upgraded UEWR or CD hardware or software into the labs (ISTC-1/2 and PCIL). The testing shall be adequate to validate that lab UEWR & CD representations are functional and interfaces with the current Single Stimulation Framework and Ground-based Midcourse Defense Fire Control (GFC) lab configurations perform nominally. Additionally, the contractor shall manage COTS maintenance for the PCIL. The contractor shall interface through MDA/SN with the UEWR & CD development and sustainment contractors to obtain mission software and other test provisioning items as necessary to execute each test event. Test provisioning, planning, execution and analysis requires especially close collaboration and data sharing through MDA/SN with development and sustainment contractors, other MDA elements, Operational Test Agencies, and Warfighter operations and maintenance personnel for each Sensor. A key requirement for the UEWR & CD BIT contractor is the ability to manage and organize all required interaction and coordination from each of these external organizations in order to successfully accomplish UEWR & CD participation in tests identified in the IMTP and to fulfill test provisioning, planning, execution and analysis activities that may be occurring simultaneously on multiple test events. MDA/SN will coordinate with Government development and sustainment contractors and operational agencies for all test planning and design, pre-test analysis, test execution, and post-test analysis with personnel, facilities, equipment, operations, maintenance and support as required by the contract. The BMDS test process consists of three primary activities: 1. Pre-test Planning and Analysis 2. Test Execution 3. Post-test Analysis and Reporting Tasks required for each activity are detailed below and need to be performed for each UEWR & CD sensor participating in each test event. 1. Pre-test Planning and Analysis: Pre-test planning and analysis involves the thorough evaluation of the test requirements provided as GFI by MDA. These requirements consist of as a minimum the following types of information: test objectives, critical engagement conditions/empirical measurement event (CEC/EME) requirements, flight test and/or ground test threat scenario descriptions, threat trajectory models, RCS models, data management plans, data handling plans and analysis execution plans. Planning normally starts 12 months prior to the ground test event runs for record or live flight test, and consists of preparing the test plan, coordinating test activities, supporting weekly meetings, telecons, working groups, and Technical Interchange Meetings (TIM) as may be required by MDA. Each threat scenario must be assessed to identify pre-test predictions for each UEWR & CD participating in the test. Predictions normally consist of detection, tracking and classification performance during the expected flight through each UEWR & CD's field of view. Predictions are generated and analyzed through the use of Monte Carlo analysis utilizing digital models (provided as GFE) and/or HWIL models (provided as GFE) at government system test lab facilities in Huntsville, Alabama. The UEWR & CD BIT contractor must have L-band and UHF radar analysis expertise in order to provide MDA with clear, detailed predictive analysis for each UEWR & CD radar against each threat scenario or flight test. Prior to flight tests, the contractor shall conduct the planning, execution and analysis of PMT/SPMT conducted at the HWIL system test labs in Huntsville, Alabama. These events normally are executed over a one to two-week period and provide data to predict the expected performance of the UEWR & CD radars and the BMDS during the upcoming flight test. The contractor shall conduct and present pre-test predictions and PMT/SPMT results to each mission's analysis review prior to test execution. Lab facilities and distributed radar sites required for each test event must be coordinated and scheduled through MDA/SN to ensure resources are available during the MDA-defined test execution periods. Pre-test planning is documented through the development and coordination of a test plan for each specific test event. Each test plan provides the UEWR & CD BIT contractor's approach, tasks, schedule, issues, risks and mitigation plans to ensure each participant under their control is ready to support all facets of the test event. 2. Test Execution Test execution takes place in either the HWIL system test labs at ISTC-1, ISTC-2, and PCIL or at the distributed UEWR & CD radar sites. Test execution usually takes place over three to six months and includes support to integration of the system test lab or distributed radar site with MDA's Single Stimulation Framework (SSF) that drives scenario data for UEWRs and provides test control services for the test network. The CD HWIL strings and the CD radar require the use of manually generated scenarios that the contractor shall prepare in the HWIL system test labs and disseminate to test sites prior to testing. CD scenarios will be manually injected according to MDA direction at the applicable CD HWIL string or CD radar during the test execution. Prior to test execution, the contractor shall support mission readiness reviews, test readiness reviews and other readiness reviews as required by MDA. At the HWIL system test labs, test execution is the process of setting up the UEWR & CD HWIL strings, operating the UEWR & CD HWIL strings during discrete 30 to 90 minute scenario runs, collecting the scenario output data from the UEWR & CD HWIL string, and distributing the UEWR & CD scenario output data to the MDA Data Distribution Center (MDDC). The test execution within the HWIL system test labs is generally conducted as follows: ▪ Set up HWIL run area utilizing GFI consisting of UEWR & CD mission software, scenario inputs, and mission data such as System Adjustable Parameters (SAP), environmental settings, radar location, antenna orientation, etc. ▪ Verify software, scenarios and mission data settings match MDA mission requirements ▪ Certify to MDA that the HWIL string configuration is ready for test ▪ Conduct scenario runs as directed by MDA. Note that runs include SSF integration runs, dry runs and runs for record ▪ Perform Quick Look analysis on the run data to check for consistency and integrity ▪ Determine whether the scenario run data is satisfactory for further processing and analysis ▪ Document HWIL settings, inputs used, etc. ▪ Document any BMDS Test Incident Reports (BTIR) for test anomalies ▪ Distribute scenario run data to the MDDC in accordance with data item descriptions defined in the test event's GFI data management plans At the distributed radar sites, test execution is the process of coordinating with MDA to ensure the operational UEWR & CD radar participation, proper setup, execution, data collection and distribution for each test event. Operation of the UEWR & CD prime mission equipment (PME) is the responsibility of the existing operational radar personnel who shall provide support as coordinated by the UEWR & CD BIT contractor through MDA/SN. Note: some scenario runs may utilize UEWR System Trainer (UST) and/or CD System Trainer (CST) equipment located at each radar site in lieu of using the PME. Use of the UST and CST equipment is beneficial as it does not require downtime of the PME during testing. Typically the site personnel shall operate this equipment in the same manner that they operate the PME in support of scenario runs and data collection. The UEWR & CD BIT contractor shall provide an on-site test manager at each UEWR & CD radar to coordinate run requirements, ensure data is collected and distributed according to MDA data management plans. The test execution at the distributed UEWR & CD radar sites is generally conducted as follows: ▪ Coordinate the test's required setup (mission software, scenario inputs, and mission data such as System Adjustable Parameters (SAP), environmental settings, etc.) and data requirements prior to each run ▪ Verify software, scenarios and mission data settings match MDA mission requirements ▪ Certify to MDA that the radar configuration is ready for test ▪ Observe the conduct of scenario or live flight test tracking as directed by MDA. Note that scenario runs include SSF integration runs, dry runs, runs for record, flight test countdown integration training, and other flight test integration runs ▪ Coordinate the Quick Look (QL) analysis on the scenario run or live flight test data to check for consistency and integrity ▪ Determine whether the scenario run or live flight test data is satisfactory for further processing and analysis ▪ Document the radar's settings, inputs used, etc. ▪ Document any BMDS Test Incident Reports (BTIR) for test anomalies ▪ Distribute the scenario run or live flight test data to the MDDC in accordance with data item descriptions defined in the test event's GFI data management plans 3. Post-test Analysis and Reporting Analysis must be performed on data collected during the scenario runs or live flight test, including SSF integration runs, dry runs and runs for record, to assess performance of the UEWR & CD radar and their interaction with the BMDS command and control element. Analysis typically consists of an in-depth assessment of the data against truth data and comparison to pre-test predictions. The contractor shall be required to generate detailed analysis plots that portray UEWR & CD radar performance such as scenario detection times for each threat, detection methods, signal-to-noise ratios, track accuracies, metric biases, radar loading, threat classification results, performance anomalies and documentation of BTIRs. The UEWR & CD BIT contractor must be able to generate, present and defend this analysis in MDA forums in a thorough manner such that it lends confidence and credence to their assessment of the UEWR & CD radar capabilities and issues during testing. This analysis includes Quick Look Analysis to be briefed to MDA within 48 hours of flight test execution and the Executive Quick Look Briefing (EQLB) typically held 1-2 weeks after completion of the runs for record or live flight test. In-depth analysis results of scenario run or live flight test data is reported at the Mission Data Review (MDR) and Executive Mission Data Review (EMDR), held approximately three months after completion of the runs for record or live flight test. A briefing for the Quick Look Analysis and the MDR, including annotated viewgraphs that document the analysis and findings is to be produced. In addition to participation in the EQLB, MDR, and EMDR, participation in MDA Joint Analysis Team (JAT) pre- and post-test analysis meetings, telecoms, working groups, and TIMs is required. A UEWR & CD final test report shall be provided to MDA/SN at the conclusion of all execution and analysis for each test event, generally due at approximately 3 months after the completion of runs for record or the live flight test. 4. RESPONSES It is requested that written responses be submitted within 21 days of issuance of this RFI as an attached Microsoft Word document, limited to 15 pages, via email to Bob.Berkey@mda.mil. In accordance with MDA Directives, respondents shall not transfer/transmit designated Controlled Unclassified Information (CUI), including information designated as "For Official Use Only" (FOUO) in unencrypted, openly readable format across the Internet, by e-mail, web site access, file transfer, or other data transfer method. Designated CUI documents may be transferred by e-mail or web site access in openly readable format when totally within the (dot) mil and (dot) gov domains or across the Internet when protected by Federal Information Processing Standards (FIPS) Publication 140-2 or, FIPS 140-1, if applicable (specifies the security requirements that will be satisfied by a cryptographic module) validated encryption, i.e., Internet Protocol Security (IPSec), Secure Socket Layer/Transport Layer Security (SSL/TLS), Secure/Multipurpose Internet Mail Extensions (S/MIME), or Pretty Good Privacy (PGP). Designated CUI shall only be electronically transmitted by the secure means discussed above. Non-designated CUI should be electronically transmitted by the secure means discussed above whenever possible. No additional information is available at this time. There are no other prescribed format requirements for the response to this announcement. Submit detailed capabilities of your firm to meet the requirements listed in the paragraphs above, to include the following information: 1. Detail relevant experience with similar projects to include the following information: a) Government contract number, b) Contract value, c) Role your company played, d) Point of contact and current telephone number, 2. Describe any contractor laboratory facilities your company can utilize for pre- or post-test analysis (must have ability to run classified networks and transmit/receive classified emails), 3. Describe your concepts for work with the MDA test planning, execution and analysis personnel, 4. Verify that your company has ability to perform work on classified projects, 5. Provide Contact information with your submission: company name, address, and primary, engineering and program management points of contact (including name, phone number, and email address). 6) Address your company's resource capacity to support the UEWR & CD BIT effort over the proposed contract period. Include a statement verifying that your firm meets the qualifications to be considered a small business based on NAICS 541330 ($27M size standard). Please indicate any applicable socio-economic status, such as Small Disadvantaged Business (SDB), Service-Disabled Veteran-Owned Small Business (SDVOSB), 8(a), HUB Zone, etc.). Also please indicate whether your company is interested in participating as the prime contractor or as a subcontractor or whether your company is interested in participating as part of a teaming arrangement. MDA support contractors shall assist the Government in the review of your response. MDA support contractors include: MITRE Corporation (a Federally Funded Research and Development Corporation) and advisory and assistance support contractors under the Missile Defense Agency Engineering and Support Services (MiDAESS) contract. All of the support contractors and their employees have agreed to protect proprietary information from unauthorized use and disclosure. Unless clearly marked otherwise, submission of a response to this RFI signifies agreement to allow personnel from the above-listed firms and personnel from MDA to use the information to develop the acquisition approach. Failure to respond to this RFI does not preclude participation in any future competition, nor shall information provided in response to this RFI be used to exclude anyone from responding to any future Request for Proposals. Communications with MDA with regard to this RFI shall only be permitted in writing during the RFI response period. 5. REQUESTED INFORMATION This announcement is published for informational purposes only. It does not constitute a solicitation or request for proposal and shall not be construed as a commitment by the Government. Responses in any form are not offers and the Government is under no obligation to award a contract as a result of this announcement. No funds are available to pay for preparation of responses to this announcement. MDA plans to use the responses to the announcement to make an informed decision concerning the strategy it may pursue to meet its objectives and, if MDA elects to proceed with a procurement, to structure the solicitation to maximize commercial sector interest and small business utilization. All firms responding to this announcement are advised to monitor FedBizOps if a requirement is solicited. The results may be utilized to determine small business set-aside opportunities. All types of small business set-asides may be considered. 6. QUESTIONS Questions regarding this announcement should be submitted in writing by e-mail to the Contracting Officer, email address. Verbal questions shall NOT be accepted. Contracting Office Address: Bob Berkey Missile Defense Agency Building 5222, Martin Road Redstone Arsenal, AL 35898 Point of Contact: Bob Berkey, (256) 450-1451 Bob.Berkey@mda.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/MDA/MDA-DACS/HQ0147-11-R-0006/listing.html)
 
Place of Performance
Address: Beale Air Force Base, California, Thule Air Base, Greenland, Royal Air Force Fylingdales, United Kingdom, Eareckson Air Station, Shemya, Alaska, United States
 
Record
SN02487407-W 20110702/110630235820-3634a5d407804c26ac60240f7f16cb7d (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.