Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 26, 2017 FBO #5633
MODIFICATION

A -- REPOST Overhead Miniature Sensor Experiment OMniSciEnT (Supplemental Information) - Industry Day Attendees

Notice Date
4/24/2017
 
Notice Type
Modification/Amendment
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Other Defense Agencies, Missile Defense Agency, MDA-DACV, Bldg 5222, Martin Road, Redstone Arsenal, Alabama, 35898, United States
 
ZIP Code
35898
 
Solicitation Number
REPOST_of_Overhead_Miniature_Sensor_Experiment_OMniSciEnT_HQ0147-17-S-0001
 
Point of Contact
Susan Myers, Phone: 505-853-3777, Richard Boast, Phone: 256-450-2418
 
E-Mail Address
susan.myers@mda.mil, richard.boast@mda.mil
(susan.myers@mda.mil, richard.boast@mda.mil)
 
Small Business Set-Aside
N/A
 
Description
Industry Days Additional Information Industry Day Attendees This Special Notice is the REPOST of Supplemental Information on the Overhead Miniature Sensor Experiment for Hypersonic Glide Vehicle (HGV) Tracking (OMniSciEnT) post dated 27 March 2017. This repost is due to technical difficulties only and contains no changes or updates 1. Backgrou n d. The Missile Defense Agency (MDA) is respo n sible for de v eloping a B a llist i c Missile Def e nse System (BMDS), integrating la n d, sea, air, a nd space-b a sed asse t s t o defend the United States, friends a n d allies, and deployed forces from ballist i c miss i le attack of all ranges and in all phases of flight. As the emerging threat increases in number and sophistication, a globally persistent, space based sensor layer will be required to accurately track and effectively target the enemy. 2. S y nopsis. MDA reque s ts white pa p ers from competent U.S. entities, including defense prime Contractors, commercial industry, national laboratories, universities, and university-affiliated research and development centers. The specific area MDA is considering in this solicitation is an on-orbit demonstration of the technology required to track emerging non-ballistic weapons traveling at high Mach velocities. The Agency envisions the demonstration to consist of two (2), 50-kilogram class satellites in Low Earth Orbit operated within modular, open system architecture with common user interfaces. Capabilities to be demonstrated are sensor, optic design, communications (crosslinks and downlinks), and pointing accuracy. The white paper should also describe in detail how this design could lead to an architectural element of a future constellation of globally persistent sensors. White papers should be submitted at the collateral SECRET level and suppliers should be able to communicate routinely with the Agency at this security level. The Agency envisions contract award(s) in 2017 for a two (2) satellite demonstration program. This demonstration will include launch, on-orbit operations, and participation in multiple campaigns to assess the technical performance and operational utility of the concept. The white paper should describe cost effective methods of building and integrating the satellites, environmental test, launch, command and control, and on-orbit operations as well as schedules and Rough Order of Magnitude (ROM) cost information for the two (2) demonstration. 3. Description. Provide a white paper outlining a two (2) satellite, technology demonstration program. The program should be fully inclusive of all the requirements for an end to end demonstration of capabilities. This includes launch, command and control, and participation in at least two (2) years of BMDS test campaigns. The characteristics of each satellite should be as follows: a. Fully fueled weight of no more than 50 kilograms if a stand-alone satellite option is selected. A payload hosted on an existing multi-mission bus would also be acceptable for consideration. Even smaller satellites are preferred in order to minimize launch costs. b. Capable of being mounted on a common multi-satellite adapter (e.g. ESPA) for ride-share launches. c. Design life of a minimum of two (2) years with a goal of five (5) years. d. Low Earth Orbit operations, with an altitude of no more than 1,000 kilometers. e. Tracking data (Object Sighting Messages) to be provided in near real time to the Ground System with accuracy sufficient to enable BMDS sensor and weapons operations. The primary function of the two (2) satellite demonstration is real time tracking and reporting. f. Sensor focal plane data is not required in real-time, however the satellite shall have a store and forward capability. g. Sensor performance parameters should be optimized to address the most challenging of emerging threats as defined in the classified annex. h. An assessment of system performance and key performance parameters should be provided. i. Use of best commercial practices to minimize ground station command and control requirements and maximize the use of automation. j. NADIR pointing, Wide Field of View staring capability to minimize payload tasking. This would be a self-cue system. k. Technology risk should be appropriate for a two (2) to three (3) year development schedule and identified. Beneficial technology opportunities deferred due to cost and schedule should be identified. l. A data cross link between the two (2) satellites as a demonstration of constellation capabilities. m. Both command and control as well as mission data links should meet NSA Type 1 encryption standards. n. Solutions that feature modular, open architecture designs are preferred. o. Solution should consider integration with and on-orbit operations from MDA's Missile Defense Space Center (MDSC) within the Missile Defense Integration and Operations Center (MDIOC) at Schriever AFB, CO employing a standard open architecture ground system approach. 4. Additional information is in a classified Attachment 2 Annex - Supplemental Information Overhead Miniature Sensor Experiment for Hypersonic Glide Vehicle (HGV) Tracking (OMniSciEnT). In order to obtain the classified appendix please see paragraph 6.b. for requesting instructions. 5. Additional required topics to be addressed in the white paper; a. Key design parameters, mass allocations (with margin), enabling technology, and Technology Readiness Level (TRL). b. Expected sensor performance including radiometric link calculations, any necessary clutter mitigation, and throughput for multiple simultaneous targets. c. Spacecraft disposal approach. d. Constellation management approach traceability to a full constellation. e. Pointing and line of sight control/determination, thermal management, and radiometric calibration approaches. f. Describe the test program necessary to verify spacecraft functionality. g. Communication link margins. h. Reliability approach to ensure two (2) year life. i. Per pass stereo viewing coverage of target for demonstration orbits selected. j. Full constellation buildup strategy options to provide early coverage of regional interest and leading to global coverage. k. Ground segment, including ground entry points, data transport, commanding, processing, and interface to MDA ground elements. l. Identification of commercial or other government developments used as a basis for design. 6. Governme n t Furnished Information (GFI). The Government has made some significant investments in large format Focal Plane Arrays and Wide Field of View Optics. No Government Furnished Equipment (GFE) will be provided for the demonstration satellites. However, GFI will be provided, upon request, to aid in the preparation of white papers. Any technical data f u rnished by the Gover n ment in response to topic inqui ri es is in an " as is" co n dition without any warran t y as to its a c curacy, completeness, or adeq u acy. The respondents s h all use t h is t echnical d a t a at their own risk. The Gover n ment assumes no resp o nsibi l ity for such furnish e d data/doc um entation, nor will the Gover n ment have a ny liability for a respon d ent's respo n se should such data/documentation pr ov e to be inaccurate, i n complete, or otherwise d efective. a. The following documents will be made available for white paper preparation : 1. BMDS Security Classification Guide (SCG). 2. Large Format Focal Plane Array Development. 3. Wide Field of View Optics Development. 4. Threat Documentation. b. The Attachment 2 Annex and most of the GFI are classified collateral SECRET. In order to receive the classified Annex or GFI, the respondent requires a facility security cl e arance of no less than " S ECRET". A DD Form 254 w i ll be issued with classified information. All req u ests must be submitted to Mr. Casey Walton at casey.walton@mda.mil using the attached Document Access Agreement/Request form. MDA will verify all submissions in the Industrial Security Facilities Database. The Government will only send classified information via classified email (preferred) or by mail. If the Contractor cannot receive the classified information via email, they shall provide the point of contact for a mailed package. The preferred classified mail provider for MDA is FedEx. Contractors are required to notify MDA if they cannot receive classified mail via FedEx (overnight carrier). Contractors mailing classified information to MDA must follow the National Industrial Security Program Operating Manual (NISPOM) procedures. Note: FedEx cannot deliver to a post office box. 7. Responses: a. Respondents shall submit respons e s via the FY17 MDA ATI-BAA HQ0147-17-S-0001, using the submission i nstructio n s i ncluded in t he announcement (section VI) and this Attachment. b. The Government expects responses to consist of a classified white paper with clearly identified areas which might be subject to data rights or restrictions. Responses may not be classified higher than collateral SECRET. The classified white paper shall not exceed 25 pages in length. MDA classification guidance does not authorize use of the NOFORN caveat. Information may only be marked as NOFORN if derivatively classified from a threat source document that is marked as such. Any designs or software developed or hardware built under this task shall provide government purpose data rights. The Government will accept white papers up to 1600 Central time on May 10, 2017 for this special topic. Submit classified white paper submissions to Mr. Casey Walton at casey.walton@mda.smil.mil, or via FedEx. c. The appropriate SCG or derivative classified source document must be followed by those interested parties submitting white papers. Contact the MDA Security Point of Contact (POC) listed in paragraph 10 for specific classification instructions for any situation where no clear SCG direction is available or known, and the proposer believes the work, if successful, would merit classification due to either technical and/or quantitative performance or capabilities. Respondents must possess all required personnel security clearances, facility clearances, and other infrastructure requirements necessary to conduct/perform such classified work. d. Export Controlled Data. The work will likely involve export-controlled technical data. Therefore, please include a completed DD Form 2345, Military Critical Technical Data Agreement, with certification number and expiration date, along with each submission. The U.S./Canada Joint Certification Program allows access to such data in order to facilitate meaningful information exchanges that could contain unclassified technical data disclosing military critical technology with military or space application that is under the control or in the possession of the U.S. Department of Defense. (Note: See http://www.dlis.dla.mil/jcp/ for information regarding this program and form. The U.S./Canada Joint Certification Program normally returns an approved and signed certified form, which includes a certification number and expiration date within 5 days of receipt). If unable to complete the form as a qualified U.S./Canada Contractor, please submit a statement explaining why export-controlled technical data is not needed in the work. e. The Government expects respondents to ensure that the efforts of foreign participants do not either directly or indirectly compromise the laws of the United States or its security interests. As such, the respondents should carefully consider the roles and responsibilities of foreign participants as they pursue teaming arrangements. 8. Marking. Submissions must comply with the instructions set forth in the FY17 MDA ATI-BAA HQ0147-17-S-0001 and this Attachment. Potential sources are responsible for adequately marking proprietary information contained in their response. Respondents MUST mark any proprietary information 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 received responses, including the review of any marked or unmarked proprietary information. The Government has executed appropriate non-disclosure agreements between the third party, non-Government (Contractor) support personnel and the Government and those are on file with the Government. A submission of a response to the BAA constitutes the respondent's acknowledgement and agreement that the Government may disclose information in the response, including any marked or unmarked proprietary or source selection information, to these third party non-Government (Contractor) support personnel. White papers must be collateral SECRET and marked, protected, transmitted, and handled IAW applicable NISPOM requirements. 9. Industry Day Announcement. The Government is planning a Industry Days from April 18-19, 2017 at the MDA facilities, Von Braun Complex, Redstone Arsenal, AL. The morning session will begin at 0830 Central Time and end at 1200, with the security check-in beginning at 0800. During the afternoo n, the Government will conduct 45 -minute one-on-one meetings with vendors interested in providing an offer as a prime Contractor for this effort. Registration for the o ne-on-one sessio ns will be on a first come-first served basis and a request for a time slot must be submitted with the Industry Registration Form. Please register to attend industry day using the attached registration form. Industry Day will be classified at the collateral SECRET level; therefore, only U.S. citizens having at least a SECRET security clearance may attend. No person will be allowed to attend without a Visit Authorization Request (VAR) on file. All attendees must submit a VAR at least 72 hours in advance of Industry Day. Please see the attached VAR process letter of instruction, which includes the JPAS SMO code. The Government will limit morning session attendance to three (3) attendees per company and one-on-one sessions to five (5) individuals per team, including prime Contractors and teammates. Registration to the event will close at 1600 Central Time on April 10, 2017 or when capacity has been reached. All industry day registration requests must be submitted in writing via e-mail to Ms. Nedra Beckard at nedra.beckard.ctr@mda.mil. Verbal or telephone requests will not be accepted. Submit unclassified technical questions about this Attachment to Mr. Richard White at richard.white@mda.mil and classified technical questions to richard.white@mda.smil.mil or via FedEx. All questions shall be in writing. The Government may address these questions at industry day. 10. Points of Contact (POC): a. Classified S ubmissions and Security Questions: Mr. Casey Walton casey.walton@mda.smil.mil (256) 450-4672 b. Technical Q uestions: Mr. Richard White richard.white@mda.mil (505) 853-3990 c. Attendance: Ms. Nedra Beckard nedra.beckard.ctr@mda.mil (256) 450-4683
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/MDA/MDA-DACV/REPOST_of_Overhead_Miniature_Sensor_Experiment_OMniSciEnT_HQ0147-17-S-0001 /listing.html)
 
Place of Performance
Address: MDA facilities, Von Braun Complex, Redstone Arsenal, Alabama, 35898, United States
Zip Code: 35898
 
Record
SN04482379-W 20170426/170424234302-a87615401d56bdc7bec714c0469f6926 (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.