Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2012 FBO #3746
SOURCES SOUGHT

A -- Missile Defense Agency (MDA) X-Band Radar Programs Request for Information

Notice Date
2/24/2012
 
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-DACX, VBII, Building 5222, Martin Road, Redstone Arsenal, Alabama, 35898, United States
 
ZIP Code
35898
 
Solicitation Number
SN-FY12-1-CHA
 
Point of Contact
Clayton H. Ahrens, Phone: 256-450-4786
 
E-Mail Address
clayton.ahrens@mda.mil
(clayton.ahrens@mda.mil)
 
Small Business Set-Aside
N/A
 
Description
__________________________________________________ Missile Defense Agency (MDA) X-Band Radar Programs Request for Information Solicitation Number: Reference Number SN-FY12-1-CHA Agency: Other Defense Agencies Office: Missile Defense Agency Location: MDA-SNA Solicitation Number: N/A Reference Number: SN-FY12-1-CHA DISTRIBUTION STATEMENT A. Approved for public release; distribution is unlimited. Approved for Public Release 12- MDA-6575 (22 February 12) Description: The Missile Defense Agency's Sensors Directorate (MDA/SN) is conducting market research to determine industry interest and capability in follow-on requirements for its X-Band radars. X-Band radars include the Army Navy/Transportable Radar Surveillance (AN/TPY-2) and the Sea-Based X-Band Radar (XBR). The requirements include Development, Operations and Sustainment (O&S), Modeling and Simulation (M&S), Engineering Services, and Ballistic Missile Defense System (BMDS) Test Planning, Execution and Analysis support across the X-Band Radars. The requirements also include the likely production of one additional AN/TPY-2 Radar and the potential production of additional AN/TPY-2 components, spares, and fleet refurbishment activity. MDA will utilize responses received to develop acquisition strategy alternatives that may include competing all or portions of X-Band radar future work. With the exception of production, which is based on required quantities and delivery dates, MDA/SN anticipates contracting for future work for period(s) of performance of up to five years, depending on final approved contract strategy. The Government does not intend to award a contract on the basis of this Request for Information (RFI) or to otherwise pay for the information. Any response will be treated as information only and shall not be used as a proposal. Replies will be separated from, and have no bearing on, evaluation of proposals submitted in response to any future formal Request for Proposal. Information received in response to this request may be used by the Missile Defense Agency for acquisition planning and solicitation preparation activities. Eligibility in participating in a future acquisition does not depend upon a response to this notice. MDA will not critique the responses to this notice. MDA does not intend to pay for the information solicited and will not reimburse any costs associated with responding to this RFI. Proprietary information is neither sought nor desired by MDA. If such information is submitted, it must clearly be marked "proprietary" on every sheet containing such information, and the proprietary information must be segregated to the maximum extent practicable from other portions of the response (e.g., use an attachment or exhibit). Respondents are responsible for adequately marking propriety information contained in their response. 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. The AN/TPY-2 Radar fleet is projected to reach a total of 11 radars by FY16. The AN/TPY-2 Radar fleet is anticipated for worldwide deployment, specific locations and specific quantities to be determined. X-Band Radar Requirement Area Descriptions: Development Software maintenance across the X-Band radars *Current software primarily developed in ADA language AN/TPY-2 and XBR software upgrades across the X-Band radars *Open architecture to affordably accommodate integration of 3rd party algorithms *Modular design *Debris mitigation *Fault tolerance Re-architecture to optimize performance on an x86 based supercomputer Systems Engineering to support software, software databases, and hardware upgrades including new functionality and evolving threats. Systems engineering includes configuration management, requirements analysis, and requirements verification. Systems engineering support is also required to: *Support radar system integration and test with the THAAD weapon system at the prime contractor's System Integration Laboratory (SIL) for development and flight test activities *Support radar software Independent Verification and Validation (IV&V) at the Government's Software Engineering Directorate (SED) Operations and Sustainment (O&S) AN/TPY-2 Radar Operations and Maintenance *24x7 Operators (forward-based radars) x 4 Radars *Warfighter Training Support in Continental U.S. (CONUS)3-4 Radars *Software and Hardware Maintenance *Digital and Analog Simulations *Preventive Maintenance Checks & Services (PMCS) *O&S support teams for BMDS test activity AN/TPY-2 Radar Logistics Support *Line Replaceable Unit (LRU) Repair and Return *Inventory Control and Management *Spares Management *Logistics Operations -Training Development and Delivery for soldiers and contractor personnel -Subcontractor/Vendor Management -World-wide deployment, transportation coordination, set-up, and tear-down of the AN/TPY-2 Radar fleet (both Forward-based and THAAD radars) AN/TPY-2 Sustaining Engineering *Engineering Studies *Sustainment of legacy Software Builds *Failure Review and Corrective Action System (FRACAS) *Mission Assurance/Quality Audits *Obsolescence Management -Obsolescence forecasting -Obsolescence mitigation recommendations -Obsolescence redesigns as required -Fleet retrofits as required AN/TPY-2 Transition and Transfer *Meeting and Documentation Support XBR Sustainment *Software and Hardware Maintenance *Digital and Analog Simulations *Preventive Maintenance Checks & Services (PMCS) XBR Logistics Support *Line Replaceable Unit (LRU) Repair and Return *Inventory Control and Management *Spares Management *Logistics Operations -Training Development and Delivery for U.S. Navy and contractor personnel -Subcontractor/Vendor Management -Port services coordination XBR Sustaining Engineering *Engineering Studies *Sustainment of legacy Software Builds *Failure Review and Corrective Action System (FRACAS) *Mission Assurance/Quality Audits Modeling and Simulation *Development, maintenance, and verification of real time and non real time models and hardware-in-the-loop radar drivers *Developed models should accurately represent complex radar scenes of multiple objects and scatterers to include environments such as rain and intercept debris. Models should be integrated into interoperable frameworks such as the Objective Simulation Framework (OSF) *Support for performance assessment events *Support for wargames and exercises planning, execution, and analysis for all BMDS sensors (SBX, AN/TPY-2, UEWRs, and CD). MDA/SN anticipates the following types of support: -Small Event Support (estimate six or more): Subject Matter Expert (SME) support usually in a Question/Answer role during pre-event meetings or set-up, may participate or be on-call during execution and be in an advisory capacity for post-event analysis -Medium Event Support (estimate four events): SME support that offers moderate pre-event analysis, supports a few technical meetings, provides positional oversight during execution and a moderate level of post-event analysis -Large Event Support (estimate two or more events): SME support in extensive pre-event analysis support all or most technical meetings, provides positional support during execution and diverse post-event analysis Engineering Services *Engineering support for all X-Band radars to facilitate maintenance efforts which may include but are not limited to trade studies, hardware obsolescence studies, hardware redesign, technology insertion, and refurbishment efforts BMDS Test Planning, Execution, and Analysis Planning, execution, and analysis of BMDS test requirements in accordance with the MDA Integrated Master Test Plan (IMTP). *Pre-test planning and analysis *EMI Analysis *Test Execution *Post-test analysis and reporting *Operation and Maintenance of Hardware in the Loop Strings Radar Element Level Testing and Pairwise Testing with C2BMC, GMD and THAAD Production Manufacturing of one additional AN/TPY-2 Radar (AN/TPY-2 #11) - estimated delivery requirement of 2QFY 2016 *Antenna Equipment Unit (AEU) - one per radar *Electronic Equipment Unit (EEU) - one per radar *Cooling Equipment Unit (CEU) - one per radar *Prime Power Unit (PPU) - two per radar Installation Kit of Electronic Equipment (IKEE) Additional radar components (e.g. stand-alone EEU and/or CEU) as may be required Spares for radar components Power distribution equipment and systems for radars deployed in forward-based configurations (requirements vary by location) Radar Support Trailers (RST) (performance specification exists) *The RST provides the forward-based AN/TPY-2 Radars a remote site operations center which directly interfaces with the EEU. Fleet refurbishment activity Note: Manufacturers of the AN/TPY-2 Radar are required to complete the MDA/Quality Production Readiness Validation process prior to production. Instructions for Submissions: Respondents to this RFI are invited to prepare and submit, no later than 28 March 2012, the following: 1.Executive Summary (not to exceed 5 pages or slides, excluding 1.d. below) that includes: a.A summary matrix indicating interest in competing for one or more requirement area listed above. b.Indication if the respondent possesses a facility clearance and to what level. c.Descriptive Data: i. Company Name ii. Point of Contact iii. Address iv. Telephone and Fax Numbers v. E-mail Address vi. DUNS Number vii. CAGE Code and/or Tax ID Number viii. Business Size Standard and applicable NAICS codes d.Indicate whether Government Furnished technical data would be required in order to facilitate the execution of the capabilities identified in response to this RFI. List and describe this data (does not count toward page limit for Executive Summary). 2.For each major requirement area identified above in which the respondent expresses capability/interest, submit: a.White paper (not to exceed 20 pages) that discusses capabilities, recommended alternatives, associated risks, and mitigation strategies of competition of the requirement areas identified above. Note: Risk mitigation strategies should address: i.Production of AN/TPY-2 Radar system components given the Government's limited access to the Technical Data Package (TDP). ii.Maintenance and repair of weapon system components and facilities given the Government's limited access to the TDP. iii.Mitigation of the learning curve impacts (trained personnel, maintenance, and situational awareness, etc.) on maintenance and operations during transition following award of a contract. b.A capability brief discussing (not to exceed 30 slides) the respondent's capabilities to perform the requirement area(s) identified above and relevant experience. The brief should include: i. A schedule estimate highlighting initial capability delivery/availability. ii. If your response addresses a subset of a requirement area identified above versus the entire area, you should also address how your approach would avoid seams/gaps. iii. Description of any experience with MDA Mission Assurance Provisions (MAP) and Parts, Materials and Processes (PMP) compliance. iv. Description of any experience with configuration management processes and tools during development, production, and O&S. v.Identification of any software Capability Maturity Model Integration (CMMI) designations vi.If responding as a team, describe the team's probable membership, organization, and approach. 3.Data Requirements: Please provide a detailed list (page limit is as required) and description of documentation requirements for a technical library to support your development of a future competitive proposal, organized by requirements area identified above, should MDA compete any or all of these requirements. Industry Day: MDA tentatively plans to conduct an Industry Day and one-on-one discussions with interested parties following the evaluation of responses to this notice. If scheduled, a separate notice will specify the dates, location, and other details. Contracting Office Address: Missile Defense Agency, MDA-DACX Building 5224, Martin Rd Attn: VBIII, Redstone Arsenal, AL, 35898, UNITED STATES Point of Contact(s): Clayton H. Ahrens, Deputy Director, Sensor Contracts Phone 256-450-4786 Fax No.: 256-450-2521 Email: clayton.ahrens@mda.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/99d19d98f8350acc2ce66a65212dde6d)
 
Record
SN02682888-W 20120226/120224235348-99d19d98f8350acc2ce66a65212dde6d (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.