Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 04, 2008 FBO #2382
SOLICITATION NOTICE

14 -- Clarification Synopsis for the Ground-Based Midcourse Defense (GMD) Sole Source Core Completion Contract

Notice Date
6/2/2008
 
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-DACN, Building 5222, Martin Rd; Attn: VBII, Redstone Arsenal, AL, 35898, UNITED STATES
 
ZIP Code
35898
 
Solicitation Number
HQ0147-08-R-0001
 
Response Due
4/4/2008
 
Archive Date
5/5/2008
 
Point of Contact
Chanda Tallman,, Phone: 256-450-1444
 
E-Mail Address
chanda.tallman@mda.mil
 
Small Business Set-Aside
N/A
 
Description
The purpose of this amendment is to provide further clarification relative to the “GMD Core Completion Contract” (GMD CCC) for the Ground-Based Midcourse Defense Program, published March 21, 2008. This information is provided in response to comments/questions received in response to the original synopsis and describes the intended CCC requirements in additional detail. The new GMD CCC consists of four major work content elements as follows: (1) Transitioned Efforts from the Existing Contract; (2) Block 4 Hardware and Software; (3) European Interceptor Site (EIS) Integration Support by GMD; and (4) the Critical Core Weapon System Completion Activities. The first two elements were part of the overall GMD system requirements authorized for noncompetitive acquisition from Boeing by a previous Justification and Approval (J&A), signed by the Director, MDA, in 2000. The third element was described as a collateral supporting requirement to the separate EIS contract in the EIS J&A, signed by the MDA Director in 2007. The third element will provide essential support from the GMD system contract to the EIS contract to assure a fully integrated operational interceptor site in Europe. Further detail of this work is described below: (a) Transfer of Activity Currently Contracted under HQ0006-01-C-0001: This contract is for an extremely complex, major system that was awarded in 2001. Since that time significant work added to the contract has made the contract itself too complex to administer effectively. Affordability issues have also resulted in significant perturbations to technical content and schedule. As a result there have been numerous contract restructures which have precluded timely completion of the program. The intent is to complete the residual work remaining on this contract under a new contract structured to allow more favorable terms and conditions and more effective administration. All work content extending beyond December 31, 2008, will be transferred to the GMD Core Completion Contract. This work content is currently under contract to Boeing and was approved for noncompetitive acquisition by Lieutenant General Ronald T. Kadish, Director, Missile Defense Agency on February 4, 2000. (b) Block 4 Hardware and Software: The overall Ballistic Missile Defense System (BMDS) is being acquired under a spiral development methodology. Individual spirals are identified as blocks within a sequential block structure, ultimately leading to completion of the BMDS. This element includes Block 4 hardware, software, and related system engineering and integration activities. Currently Block 4 represents the last major GMD system development spiral. This block is intended to provide the necessary hardware and software to enable European Capability. Block 4 includes additional, improved versions of assets previously procured under the current GMD system contract with Boeing. Design and development of Block 4 improvements are being performed under the current GMD System prime contract with Boeing. The intent will be to procure enough hardware/software and related system engineering and integration to support and deliver ten (10) additional Ground Based Interceptors (extends through FY13), silos and related flight and ground test assets. Hardware/software for FY09 includes Launch Site Components (LSC) and Command Launch Equipment (CLE) hardware and related software, launch equipment and related Peculiar Support Equipment (PSE), Re-locatable In-Flight Interceptor Communications System (IFICS) Data Terminal and tactical/non-tactical communications capability (extends through FY10). This additional hardware/software will complete the currently-planned GMD production with a total of 54 operational interceptors at all sites. It is noted that up to 100 interceptors were authorized by the J&A of January 2000. (c) European Interceptor Site: This element includes GMD system development and site activation engineering and integration activities in support of the European Interceptor Site requirement. This element will provide for the integration of all Government furnished equipment (GFE) and contractor furnished equipment (CFE). It includes design, development, and installation of the hardware and software to support the European Missile complex; ensure facility-GBI launch equipment and communication component interfaces are coordinated; integration of tactical and non-tactical facilities and related infrastructure; and procurement and integration of communication links. A J&A for the design, development and construction of the EIS was approved for other than full and open competition by Lieutenant General Henry A. Obering on January 12, 2007, and a separate EIS contract was awarded to Boeing in April 07. The GMD system development, engineering and integration support covered by this element was specifically identified as an essential collateral element to the separate EIS contract authorized by that J&A. The EIS contract and the GMD contract are separate, but inter-related; support is required from the GMD System contract to the EIS contract for effective execution and integration of the overall EIS effort. Additional GMD specific systems engineering and integration support and program synchronization will be provided by Boeing to other European Missile Complex Contracts (i.e. European Midcourse Radar acquisition, as well as the Command and Control Battle Management and Communications (C2BMC) acquisition) as necessary to assure compatibility between separate European facilities/systems. (d) Critical Core GMD Weapon System Completion Activities: This effort provides for Critical Core GMD Weapon System Completion Activities. This consists of work specifically planned or contemplated for inclusion on the current contract if it were continued. It is essential to commence this work by second quarter FY09 in order to meet the required operational capability for this work content. This remaining Core GMD Completion work content will be comprised of critical acquisition activities necessary to complete GMD system spiral development including ongoing integrated acquisition logistics development activities and related element readiness testing. It will also include on-going agency requirements such as sustainment, operations, and support to Ballistic Missile Defense System (BMDS) systems integration and testing until completion and award of competitive breakout acquisitions which result from the ongoing GMD RFI Process. Specific content includes: (1) Block 3 Core Development: Completes Near Term Discrimination, Inertial Measurement Unit (IMU) upgrades/improvements, Divert & Attitude Control System (DACS) improvements, and completes close out of software discrepancy reports. (2) GMD Element Testing: Continues with the planning, execution, and analysis of GMD element readiness tests which include ground tests, simulations, and other appropriate activities against the Ground-Based Midcourse Defense segment of the BMDS as part of the “walk-up” to BMDS integration and flight tests. The element readiness tests will be against Block 4 or earlier configurations. (3) GBI Refurbishment: Continue to procure and install refurbishment kits through FY09. Refurbishment after FY09 is a competition candidate activity and is to be addressed in the ongoing GMD RFI process. (4) Support to BMDS System Testing: Continue GMD-related flight and ground test activities for the broader BMDS until establishment and approval of the BMDS Acquisition Strategy for these test events is approved and implemented. (5) BMDS Development: Development of the following functions: Track Correlation, System Discrimination, Sensor Registration, Engagement Coordination, Hit/Kill Assessment: for the C2 portion of the service oriented architecture is not included in the Core Completion Contract and will be implemented as a part of the broader BMDS Acquisition Strategy. The integration of these common functions into the GMD element is included in the scope of this J&A. This also includes minimal GMD-specific development and integration support to other BMDS development efforts to include Command & Control Battle Management & Communications/Global Engagement Manager (C2BMC/GEM), Multiple Kill Vehicle (MKV), and Kinetic Energy Interceptor (KEI); future upgrades for Sea-Based X-Band Radar (SBX) and Upgraded Early Warning Radar (UEWR); Joint GM/Kinetic Interceptor (KI) Booster Avionics Commonality, Command & Control Battle Management & Communications/GMD Fire Control (C2BMC/GFC) System Track, Thermal Initiated Venting System (TIVS), Ground Systems Obsolescence, and BMDS future discrimination activities through FY09. BMDS Development, with the exception of Thermal Initiated Venting System (TIVS), after FY09 is a competition candidate activity and is to be addressed in the ongoing GMD RFI process. (6) Vandenberg Air Force Base (VAFB) / Fort Greely Alaska (FGA) Enhancements: Includes GMD-specific facility upgrades and re-designs through FY09. Enhancements after FY09 are a competition candidate activity and are to be addressed in the ongoing GMD RFI process. (7) Modeling and Simulation (M&S) development: Future GMD-specific test lab upgrades and M&S development through FY09. M&S development after FY09 is a competition candidate activity and is to be addressed in the ongoing GMD RFI process. In addition, GMD test lab sustainment and maintenance through FY09. It is contemplated that these will be separate line items due to differences in funding sources. (8) GMD Weapon System O&S: This includes analysis leading up to a performance based logistics (PBL) concept for all GMD weapon system components. It is anticipated that the actual PBL construct will be fully implemented in CY10 and beyond. Work beyond CY09 is a candidate for competition. O&S/PBL after CY09 is a competition candidate activity and is to be addressed in the ongoing GMD RFI process. (9) This element may include potential additional follow-on requirements for GMD specific support in the areas of development, integration, testing, operations and sustainment. The GMD RFI analysis is ongoing. If the RFI process confirms any of the RFI areas are not practicable for competition, this J&A will be amended and a modification will be initiated against the contract(s) vehicle resulting from this J&A. From August 2007 to January 2008, the Ground-Based Midcourse Defense (GMD) program performed a comprehensive acquisition risk analysis that addressed GMD work content planned for execution from January 2009 to September 2013. The risk analysis included participation by the Chief Engineer, as well as, Program Managers from Ground Systems (GS), Ground Based Interceptor (GBI), Test and Evaluation, Sensors, and Operations and Sustainment (O&S) Directorates. The analysis assessed impact to GMD cost, schedule and performance and correlated a risk’s probability of occurrence to a system maturity criterion, data availability metrics and the criticality of Boeing’s role in future efforts. Seven critical competition risk areas were identified for both the GMD Continuing Development and Operations and Sustainment programs. (a) Continuing Development: (1) Test laboratories and Embedded Test (ET) Availability (2) Interceptor Integration Facility Availability (3) GDIL Availability (4) Interoperability, delivery, and upgrade of operational hardware and software (5) Integration of incomplete capabilities into existing system (6) Boeing technical/corporate knowledge base (7) CONUS to EIS integration (b) Operations and Sustainment: (1) No configuration baseline (2) Future work/maintenance and repair relies on incomplete Logistics Data (3) Obsolete System Architecture (4) Training (5) Multiple Integrators and OEMs (6) Loss of investment (Trained Manpower and Infrastructure) (7) Facility infrastructure support based on incomplete TDP The Risk Analysis concluded that the Agency does not have the necessary technical data packages and associated data rights to adequately support competitive acquisition of the requirements under the GMD CCC J&A. Award to a source(s) other than Boeing would result in unacceptable schedule delays for any other source(s) to establish the necessary GMD System knowledge, expertise, and capabilities to successfully perform the requirements under the GMD CCC. Duplicative costs to the government would accompany the learning curve and schedule delays associated with award of these requirements to a source(s) other than Boeing. Further, GMD schedule delays would significantly impact other elements of the integrated BMDS. Significant cost and schedule delays would be incurred against other BMDS contracts due to delays in BMDS-level testing resulting from GMD schedule delays. The GMD Contracting Officer issued a Request for Information (RFI) to industry via the FedBizOpps on November 19, 2007. Modification 01 to the RFI was posted on November 20, 2007. The RFI identified the following GMD critical risk areas for government assessment: (1) System Test Capability (2) Simulated Combat Environment Capability (3) Ground-Based Interceptor (GBI) Integration Facility Capability (4) GBI Development and Integration Lab Capability (5) External Interface Capability (6) Sustainment and Upgrade of CONUS/OCONUS Operational HW/SW (7) Integration of Capability into the GMD System (8) Data Requirements (9) Any Additional Considerations (teaming arrangements) (10) Total System Integration (Late Addition Provided to All Current Respondents to Original RFI) Each potential source submitted a white paper detailing its approach to the GMD RFI. Industry briefings were held from January 16 through January 31, 2008. Follow-up questions were then sent to individual contractors to enable the government to better understand certain aspects of their presentations. Industry inputs are being utilized to develop the Government’s risk assessment for the above critical acquisition risk areas and potential impacts against competition for the areas identified above. The white papers and associated briefs are being assessed by a panel of subject matter experts to determine if the proposed mitigation approaches are technically feasible and executable. Findings and conclusions are to be presented to a Senior Integrated Product Team in May 2008 as a prelude to developing a competitive Request for Proposal(s) for the competition candidate requirements. [END OF CLARIFICATION SYNOPSIS] ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------ The Missile Defense Agency Ground-Based Midcourse Defense Program (MDA/GMD) intends to negotiate on a sole source basis with The Boeing Company, Huntsville, Alabama, a new Core Completion Contract for the GMD program that will be comprised of four major work content elements. The four major work content areas that make up the Core Completion Contract include 1) the transfer of activity currently contracted for under HQ0006-01-C-0001 (critical activities necessary to complete the current spiral development), 2) Block 4 hardware and software, 3) European Interceptor Site integration support, and 4) Critical Core GMD Weapon System Completion Activities. The GMD Core Completion Contract will be a continuation of past and present BMDS development efforts to complete the current spiral development. Based on current operational schedules, this spiral must be completed by 4th quarter FY 13. The proposed acquisition is directed to Boeing pursuant to 10 USC 2304(c )(1), as implemented by FAR 6.302-1(a)(2)(ii). These four major work content areas cannot be performed by any source other than Boeing without substantial and unacceptable programmatic risk, duplicative cost, and schedule delays. Only Boeing, the incumbent GMD System Prime contractor, has the necessary engineering, manufacturing, and software knowledge and expertise to perform and manage multiple major sub system developments, hardware/software programs and related integration activities without unacceptable delay to program schedules and unnecessary duplication of sunk development costs which cannot be recouped via competition. Boeing, as the current prime contractor for the operational capability, continuing spiral development and test of the GMD element of the BMDS, is the only qualified source to perform this completion effort within cost and schedule constraints. Furthermore, Boeing is the only source with the institutional technical knowledge that is critical for managing and integrating the completion of the ongoing development and fielding of the GMD System. Boeing is the only source with the engineering, manufacturing, software and fielding experience and expertise to conduct, manage and integrate the multiple major sub system developments, site design/build activities and related integration efforts without resulting in unacceptable program delays and enormous duplication of costs that could not be recovered through competition. Duplication of prior development costs is unaffordable and would not be recoverable through competition for these requirements. There would be additional schedule and costs delays for the government to conduct extensive re-testing/re-validation to ensure the necessary GMD System capabilities, expertise and knowledge have been successfully transferred to any new system prime contractor. It is highly improbable that other sources are available to duplicate the work already accomplished by the incumbent, to meet the Government's critical schedule requirements and not disrupt current system operational capability. This proposed sole-source contract action does not preclude the on-going assessment of the future GMD potential competitive requirements which are a part of our current Request for Information (HQ0147-GMD-RFI-1). For the anticipated Core Completion Contract, a Cost Plus Award Fee type contract vehicle is contemplated. The anticipated period of performance to complete the current spiral development in the GMD Core Completion Contract covers 2nd quarter FY09 through 4th quarter FY13. Findings and conclusions from the on-going RFI are to be presented to a senior Integrated Product Team in the 3rd quarter FY 08 timeframe as a prelude to developing any competitive Request for Proposal(s) for competition candidate requirements. The proposed contract action is for work content for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. This notice of intent to award a sole source contract is not a request for competitive proposals. Interested parties are advised that the GMD program office is currently in spiral development and that adequate system documentation is not currently available. Interested parties who believe they can perform this requirement without substantial duplication of cost or schedule impacts to the Government are invited to submit a written narrative statement of capability, including detailed technical information sufficient to permit agency analysis in order to determine bona fide capability to meet the Government's requirements. The above stated information must be received no later than 15 days after publication of this synopsis, should cite GMD Sole Source Core Completion Contract Acquisition, and shall be emailed to Ms.Cathy Hill at cathy.hill@mda.mil and Ms.Chanda Tallman at chanda.tallman@mda.mil. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. All responsible sources may submit a capability statement, as outlined above, which will be considered. This is NOT a formal notice of solicitation. Telephone or facsimile inquiries and/or responses will not be accepted. This action is not open to allied participation. See Notes 22 and 26.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=da3dcaa37daf73e894a86d99a2d4fd2d&tab=core&_cview=1)
 
Record
SN01584654-W 20080604/080602215802-da3dcaa37daf73e894a86d99a2d4fd2d (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.