Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 03, 2012 FBO #3997
MODIFICATION

14 -- Basic Notice: Standard Missile-3 Block IIB Missile Product Development Phase

Notice Date
11/1/2012
 
Notice Type
Modification/Amendment
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Missile Defense Agency - MDA-DACG
 
ZIP Code
00000
 
Solicitation Number
HQ0276-12-R-0001
 
Point of Contact
Joy M. Smith, Phone: 540-663-1984, Jennifer N. Brooks, Phone: 5406637793
 
E-Mail Address
joy.smith@mda.mil, jennifer.brooks@mda.mil
(joy.smith@mda.mil, jennifer.brooks@mda.mil)
 
Small Business Set-Aside
N/A
 
Description
*THIS SOLICITATION HAS BEEN CANCELLED AND REPLACED BY PRE-SOLICITATION NOTICE #HQ0276-13-R-0002 **THIS UPDATED NOTICE SUPERSEDES ANY PREVIOUSLY ISSUED NOTICES FOR SOLICITATION #HQ0276-12-R-0001. This pre-solicitation notice is being issued to communicate the Government's intent to issue a Request for Proposal (RFP) in accordance with Federal Acquisition Regulation (FAR) Part 15 for Full and Open Competition for the Development and Initial Production of Standard Missile-3 (SM-3) Block IIB, or SM-3 Block IIB Interceptors. For planning purposes only, the Government anticipates the product development final solicitation will be released in the 4th quarter of FY13, with a contract award in the 4th quarter of FY14. At this time, there are no anticipated partial or total set-asides for this acquisition. The Agency plans to award to U.S. owned companies only. The Missile Defense Agency (MDA) is responsible for developing a Ballistic Missile Defense (BMD) System; integrating land, sea, air, and space based assets to defend the United States (U.S.), friends and allies, and deployed forces from ballistic missile attack. The SM-3 Block IIB is a key element to expanding the battle space by adding an additional layer to our homeland defense against Intercontinental Ballistic Missiles (ICBM). The goals of the program are to develop an operational, hit-to-kill missile fielded in the 2021 timeframe to counter first generation ICBMs targeted at the U.S. Homeland early in their flight. It will serve as the first tier of the layered defense of the U.S. Homeland. The SM-3 Block IIB missile will also provide a large defended area against regional, intermediate range ballistic missiles. The SM-3 Block IIB will be integrated into the Aegis Weapon System, using Aegis BMD 5.1 and the Mk 41 Vertical Launching System as a point of departure. The SM-3 Block IIB will be launched using Engage on Remote data, leveraging the BMD distributed sensor architecture and Command, Control, Communications, Computers, Intelligence, Surveillance, Reconnaissance (C4ISR) network. The SM-3 Block IIB is required to be both land and sea compatible, and is targeted for incorporation into Phase 4 of the President's Phased Adaptive Approach. The successful offeror(s) will need to demonstrate prime contractor experience in designing, developing, and manufacturing state-of-the-art ballistic missile defense interceptors, experience in land and/or sea-based interceptor system integration, and demonstrated interceptor production and sustainment capability. The Government is considering awarding two (2) contracts through a Preliminary Design Review, at which time one (1) contractor will be selected for further development. TECHNICAL EVALUATION CRITERIA: The following criteria has been developed to guide prospective offeror(s) as to the priorities applied to the evaluation of future technical proposals. These criteria are preliminary and may be modified prior to release of the final solicitation. 1. ICBM Defense Performance* 1.1. Defended Area of U.S. Homeland 1.2. Launch Area Denied 1.3. Level of protection 1.4. Maximize Government defined Phased Adaptive Approach Phase 4 operational architecture 1.5. Maximize reliability * See paragraph CLASSIFIED ATTACHMENTS below, which describe how to request additional information. 2. Minimized Life Cycle Cost 2.1. Minimize modifications to Aegis Weapon System 2.2. Simplicity of design for operations and sustainment 2.3. Minimize unit cost 2.4. Minimize fleet management cost of ICBM interceptors 3. Schedule Realism As in all source selections, the Government will evaluate Technical, Management, Past Performance, and Cost proposals. FUTURE UPDATES: This pre-solicitation notification, as well as any subsequent procurement notifications, will be posted on the Federal Business Opportunities (FBO) website at https://www.fbo.gov/. All interested offeror(s) are encouraged to register at this website to receive email notifications when information related to this acquisition is updated, or documents related to this acquisition are issued and available for download. The Government requests that all interested parties ensure they are listed on the "Interested Vendors List" in FBO. As a rule, the MDA will not send notifications directly to interested offeror(s), and it is in the interested offeror(s)' best interest to periodically check this website for updates. Please submit all unclassified questions to Joy.Smith@mda.mil and Jennifer.Brooks@mda.mil. All answers will be made publicly available. Please submit all classified questions to Joy.Smith@mda.smil.mil, Jeffrey.Thelen@mda.smil.mil and Christopher.Stock@mda.smil.mil. Please send requests for classified answers to Joy.Smith@mda.mil and Jennifer.Brooks@mda.mil. CLASSIFIED ATTACHMENTS: Government information protection instructions will be included in a DOD Contract Security Classification Specification, DD Form 254 that will be issued with the classified attachments. A request for the classified attachments must be submitted via email to Joy Smith at joy.smith@mda.mil. In order to receive the associated classified documentation, a facility clearance of no less than "SECRET" is required. All requests must be submitted in writing on company letterhead and include the following: 1. Verification of facility clearance level; (either copy of DSS approval letter and/or company cage code). 2. Verification that the company has storage capability to the "SECRET" level. 3. Verification that the respondent understands that the data provided may NOT be duplicated and must be destroyed upon completion of SM-3 Block IIB activities in accordance with the DD Form 254. 4. Physical Address where classified data should be sent along with responsible points of contact and phone numbers. Identify whether or not classified fed-ex packages may be sent to the physical address provided. Alternatively, identify a classified email address to which the documents may be provided. See attached questions and answers.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d391e3a754a85aa6bf1f8712dcc0f2b1)
 
Place of Performance
Address: Missile Defense Agency, 17211 Avenue D, Suite 160, Dahlgren, Virginia, 22448, United States
Zip Code: 22448
 
Record
SN02923281-W 20121103/121101234936-d391e3a754a85aa6bf1f8712dcc0f2b1 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.