MODIFICATION
14 -- Basic Notice: Standard Missile-3 Block IIB Missile Design, Product Development and Initial Production
- Notice Date
- 11/14/2012
- 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
- HQ0276-13-R-0002
- 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 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 conduct an other than full and open competition (Federal Acquisition Regulation (FAR) 6.302-1 - only one responsible source and no other supplies and services will satisfy Agency requirements). The Government intends to conduct a limited competition among Boeing, Lockheed Martin and Raytheon for the design, product development and initial production of Standard Missile-3 (SM-3) Block (Blk) IIB Missiles. Other potential offerors (prime contractors only) will need to respond within 30 days from posting date with their intent to propose and provide a capability statement demonstrating prime contractor experience in designing, developing, and manufacturing state-of-the-art ballistic missile defense missiles; experience in land and/or sea-based missile system integration; and demonstrated missile production and sustainment capability. The Government intends to issue a request for proposal (RFP) in accordance with FAR Part 15 for limited competition. For planning purposes only, the Government anticipates the final solicitation will be released in the third quarter of Fiscal Year (FY) 2014, with a contract award in the second quarter of FY 2015. At this time, there are no anticipated partial or total set-asides for this acquisition. The Missile Defense Agency (MDA) plans to award to United States (U.S.) owned companies only. 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 and testing. The MDA is responsible for developing a Ballistic Missile Defense (BMD) System and integrating land, sea, air, and space based assets to defend the U.S., friends and allies, and deployed forces from ballistic missile attack. The SM-3 Blk IIB is a key element to expanding the battle space by adding an additional layer to our homeland defense against Intercontinental Ballistic Missiles (ICBMs). The goals of the program are to develop an operational, hit-to-kill missile fielded in the 2022 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 Blk IIB missile will also provide a large defended area against regional, intermediate range ballistic missiles. The SM-3 Blk 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 Blk IIB will be launched using engage on remote data, leveraging the BMD distributed sensor architecture and Command, Control, Communications, Computers, Intelligence, Surveillance, Reconnaissance network. The SM-3 Blk IIB is required to be both land and sea compliant and is targeted for incorporation into Phased Adaptive Approach Phase 4. 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 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, Christopher.stock@mda.mil and Jennifer.Brooks@mda.mil. All answers will be made publicly available. Please submit all classified questions and/or answers to Joy.Smith@mda.smil.mil, Jennifer.brooks@mda.smil.miland Christopher.Stock@mda.smil.mil. Please send unclassified email of requests for classified questions or 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 Blk 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. THIS NOTICE SUPERSEDES ANY PREVIOUSLY ISSUED NOTICES FOR SOLICITATION #HQ0276-12-R-0001.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/9c5941c2bf6f3b6d023af2bbf7286d0c)
- Place of Performance
- Address: Missile Defense Agency, 17211 Avenue D, Suite 160, Dahlgren, Virginia, 22448, United States
- Zip Code: 22448
- Zip Code: 22448
- Record
- SN02930705-W 20121116/121114234541-9c5941c2bf6f3b6d023af2bbf7286d0c (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 |