SOURCES SOUGHT
14 -- Missile Defense Agency (MDA) Sensors Directorate (SN) Radar Programs Request for Information
- Notice Date
- 5/12/2015
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- 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
- HQ0147-15-R0025
- Archive Date
- 6/11/2015
- Point of Contact
- Marie Agrinzoni, Phone: 2564504829, Timothy Cole, Phone: 256-450-4834
- E-Mail Address
-
marie.agrinzoni@mda.mil, Timothy.Cole@mda.mil
(marie.agrinzoni@mda.mil, Timothy.Cole@mda.mil)
- Small Business Set-Aside
- N/A
- Description
- 1.0 General Information The Missile Defense Agency's Sensors Directorate (MDA/SN) is conducting market research to determine industry interest and capability to meet follow-on requirements for its radars. MDA/SN radars include the Army Transportable Radar Surveillance (AN/TPY-2), the Sea-Based X-Band Radar (SBX), the Ground Based Radar Prototype (GBR-P), the Upgraded Early Warning Radar (UEWR) and the COBRA DANE (CD) Radar. The requirements include: (1) Radars Software and Hardware Development; (2) limited Modeling and Simulation (M&S) maintenance; (3) Engineering Services; (4) Warfighter Support; (5) Operations and Sustainment (O&S); (6) Ballistic Missile Defense System (BMDS) Flight and Ground Test Planning, Execution and Analysis (including MDA integration testing with the Single Stimulation Framework/Objective Simulation Framework within ground test labs and at each participating radar site as necessary); (7) Cybersecurity in accordance with the Risk Management Framework (RMF) process. This Request for Information (RFI)/Sources Sought includes developmental efforts for test provisioning, operation and non-COTS maintenance for the hardware-in-loop (HWIL) representations for each sensor along with laboratory facilities that will be required to execute System Pre-Mission Testing (SPMT) for flight tests, BMDS flight and ground testing, and element level testing. The MDS/SN development, sustainment, and test activities covered under this document will be governed by compliance to MDA Quality Safety Mission Assurance requirements outlined in the Mission Assurance Plan (MAP) Rev B and Parts Materials and Processes (PMAP) Rev B documents. MDA will utilize responses received to develop acquisition strategy alternatives that may include competing all or portions of Sensors Directorate (SN) radar future work. MDA/SN anticipates acquiring this acquisition through developmental and operational support contracts with a five year period of performance (FY18 - FY22), depending on final approved contract strategy. 1.1 Background The Missile Defense Agency Sensors Directorate (MDA/SN), located at Redstone Arsenal, Alabama, is responsible for the development, testing, and sustainment of sensors that provide the acquisition and tracking of ballistic missiles that may be launched against the United States, deployed forces, friendly nations, and allies. The primary objective of the Sensors Directorate is to provide a pervasive sensor network for the BMDS that ensures each sensor integrates into the layered defense system, with the ultimate goal of providing target information that can be used by any weapon in the system. Radar testing ensures effective development and maturation of the BMDS and encompasses detection, tracking, and threat discrimination/classification during the early, midcourse and terminal phases of flight. There are distributed radar sites worldwide. These distributed radar sites may be owned and operated by operational agencies outside of MDA to meet their operational 24/7 mission requirements. Flight tests are executed between multiple sites, and may require radars to be relocated to obtain the required test configuration. The AN/TPY-2 radars are relocatable, the SBX is sea-mobile with its own propulsion, and the GBR-P, UEWR, and CD are at fixed sites. Test execution may require personnel and equipment deployment to the radar site. 2.0 Potential Radar Capabilities and Requirements 2.1 X-Band Radar Development 2.1.1 Software and hardware maintenance across the X-Band radars 2.1.2 AN/TPY-2 and SBX software upgrades across the X-Band radars 2.1.2.1 Open architecture to affordably accommodate integration of 3rd party algorithms 2.1.2.2 Modular design 2.1.2.3 Debris mitigation 2.1.2.4 Fault tolerance 2.1.3 Open, non-proprietary, modular re-architecture, and re-use to optimize performance on MasPar (GBR-P), HP Superdome (AN/TPY-2 and SBX) and x86 based supercomputer following standards-based interfaces and widely-supported consensus-based standards. 2.1.4 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: 2.1.4.1 Support radar system integration and test with the Terminal High Altitude Area Defense (THAAD) weapon system at the prime contractor's System Integration Laboratory (SIL) for development, flight and ground test activities 2.1.4.2 Support radar software Independent Verification and Validation (IV&V) at the Government's Software Engineering Directorate (SED) 2.2 UEWR and COBRA DANE hardware and software upgrades 2.2.1 Open architecture to ensure compatibility and ease of integration with UEWR and CD sustainment baselines 2.2.2 Open, non-proprietary, modular re-architecture, and re-use to optimize performance on UEWR and CD following standards-based interfaces and widely-supported consensus-based standards. 2.2.3 Systems Engineering to support software, software databases, and hardware upgrades including new functionality and evolving threats. Systems engineering includes object classification enhancements, configuration management, requirements analysis, and requirements verification. Systems Engineering support is also required to: 2.2.3.1 Support radar system integration and test with the Space Surveillance Network (SSN), the Integrated Tactical Warning and Attack Assessment (ITW/AA) network, the Consolidation Integration Support Facilty (CISF) at Peterson AFB CO, MDA's Integrated System Test Capability (ISTC) at Huntsville, and other System Integration Laboratories (SILs) for development, flight and ground test activities 2.2.3.2 Support radar software Independent Verification and Validation (IV&V) at the Government's Software Engineering Directorate (SED) 2.3 Radar Modeling and Simulation 2.3.1 Sustainment of real time and non-real time models and HWIL radar drivers 2.3.2 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) 2.3.3 Support for performance assessment events 2.4 Radar Engineering Services 2.4.1 Engineering support for all 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 2.5 Warfighter Support 2.5.1 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 on an annual basis: 2.5.1.1 Small Event Support (estimate six or more events): 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 2.5.1.2 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 2.5.1.3 Large Event Support (estimate up to two events ): SME support in extensive pre-event analysis support all or most technical meetings, provides positional support during execution and diverse post-event analysis 2.5.2 Support for Target of Opportunity (TOO), Intelligence Collection Event (ICE), and Olympic Titan (OT) event analysis support. 2.5.2.1 Analysis of projected threats and launches, and potential coverage and tracking by FBM AN/TPY-2 radars. 2.5.3 Technical Interchange Meeting (TIM) and Working Group (WG) Support: 2.5.3.1 Support Waterfront Technical Seminars (WTS) for the MDA/AB Aegis Education program. These are held quarterly on a yearly-rotation in San Diego, CA, Norfolk, VA, Honolulu, HI, and Yokosuko, Japan. 2.5.3.2 Participate in Education TIMs at the Army Air and Missile Defense Command (AAMDC) which currently employ the AN/TPY-2 radar. These TIMs can include education support for new capability deliveries, operations support to the sensor managers during test operations and SME support for Tactics, Techniques and Procedures review. Anticipate one TIM per AAMDC per year at the AAMDC location: PACOM, EUCOM, CENTCOM, NORTHCOM/JFCC IMD. these have historically lasted 3-4 work days. 2.5.3.3 Support TIMs which require SME for any of the SN complement of sensors. Anticipate one 2-day TIM. For instance, preparation may be required for the twice-yearly, MDA Command and Control, Battle Management, and Communications (C2BMC) Program (BC) SME seminars at MDIOC, and USNORTHCOM's Homeland Defense Architecture Working Group. 2.5.4 Warfighter requests for information and official Requests for Information/Analysis (RFI/A). Historically, RFI/A support has entailed reviewing a technical response to ensure MDA/SN equities are addressed, and has occurred at an average of approximately one per month. 2.5.5 Provide up to 12 Digital Simulation (DIGISIM) scenarios per operational Forward-Based Mode (FBM) Radar to support Warfighter requirements (total: up to 60 scenarios). 2.6 Radar Operations and Sustainment (O&S) (X-Band Radars) 2.6.1 AN/TPY-2 Radar Operations and Maintenance 2.6.1.1 24/7 Operators (FBM radars) x 5 Radars 2.6.1.2 Warfighter Training Support in Continental U.S. (CONUS) x 5 Radars 2.6.1.3 24/7 Maintenance (Terminal Mode (TM) Outside Continental U.S (OCONUS) radars) x 12 Radars 2.6.1.4 Software and Hardware Maintenance 2.6.1.5 Digital and Analog Simulations 2.6.1.6 Preventive Maintenance Checks & Services (PMCS) 2.6.1.7 O&S support teams for BMDS test activity 2.6.2 AN/TPY-2 Radar Logistics Support 2.6.2.1 Line Replaceable Unit (LRU) Repair and Return 2.6.2.2 Inventory Control and Management 2.6.2.3 Spares Management 2.6.2.4 Logistics Operations 2.6.2.4.1 Training Development and Delivery for soldiers and contractor personnel 2.6.2.4.2 Subcontractor/Vendor Management 2.6.2.4.3 World-wide deployment, transportation coordination, set-up, and tear- down of the AN/TPY-2 Radar fleet (both FBM and TMradars) 2.6.3 AN/TPY-2 Sustaining Engineering 2.6.3.1 Engineering Studies 2.6.3.2 Sustainment of legacy Software Builds 2.6.3.3 Failure Review and Corrective Action System (FRACAS) 2.6.3.4 Mission Assurance/Quality Audits 2.6.3.5 Obsolescence Management 2.6.3.5.1 Obsolescence forecasting 2.6.3.5.2 Obsolescence mitigation recommendations 2.6.3.5.3 Obsolescence redesigns as required 2.6.3.5.4 Fleet retrofits as required 2.6.4 AN/TPY-2 Transition and Transfer 2.6.4.1 Meeting and Documentation Support 2.6.4.2 THAAD New Equipment Training (NET) 2.6.4.3 FBM Radar "Bridge" Training & Integration 2.6.4.4 Left/Right Seat Training 2.6.5 SBX Operations and Sustainment 2.6.5.1 24/7 Operators (support test, operations and maintenance) 2.6.5.2 Software and Hardware Maintenance 2.6.5.3 Digital and Analog Simulations 2.6.5.4 (PMCS) 2.6.6 SBX Logistics Support 2.6.6.1 LRU Repair and Return 2.6.6.2 Inventory Control and Management 2.6.6.3 Spares Management 2.6.6.4 Logistics Operations 2.6.6.4.1 Training Development and Delivery for Replacement Contractor Personnel 2.6.6.4.2 Subcontractor/Vendor Management 2.6.6.4.3 Port services/shipping coordination with vessel management contractor 2.6.7 SBX Sustaining Engineering 2.6.7.1 Engineering Studies 2.6.7.2 Sustainment of legacy Software Builds 2.6.7.3 FRACAS 2.6.7.4 Mission Assurance/Quality Audits 2.6.7.5 Obsolescence Management 2.6.7.5.1 Obsolescence forecasting 2.6.7.5.2 Obsolescence mitigation recommendations 2.6.7.5.3 Obsolescence redesigns as required 2.6.7.5.4 Equipment retrofits as required 2.7 Radar Operations and Sustainment (O&S) (COBRA DANE and UEWR) 2.7.1 Radar Operations and Maintenance 2.7.1.1 24/7 Operators x 2 Radars 2.7.1.2 Missile Defense specific Software and Hardware Maintenance 2.7.1.3 Digital and Analog Simulations 2.7.1.4 O&S support teams for BMDS test activity 2.7.2 Radar Logistics Support 2.7.2.1 Line Replaceable Unit (LRU) Repair and Return 2.7.2.2 Inventory Control and Management 2.7.2.3 Spares Management 2.7.2.4 Logistics Operations 2.7.2.4.1 Training Development and Delivery for soldiers and contractor personnel 2.7.2.4.2 Subcontractor/Vendor Management 2.7.2.4.3 World-wide deployment, transportation coordination, set-up, and tear- down of the AN/TPY-2 Radar fleet (both FBM and TM radars) 2.7.3 Sustaining Engineering 2.7.3.1 Engineering Studies 2.7.3.2 Sustainment of legacy Software Builds 2.7.3.3 Failure Review and Corrective Action System (FRACAS) 2.7.3.4 Mission Assurance/Quality Audits 2.7.3.5 Obsolescence Management 2.7.3.5.1 Obsolescence forecasting 2.7.3.5.2 Obsolescence mitigation recommendations 2.7.3.5.3 Obsolescence redesigns as required 2.7.3.5.4 Fleet retrofits as required 2.8 BMDS Test Planning, Execution, and Analysis Sensors test planning and execution is the responsibility of the MDA Sensors Test Division (MDA/SNT) and Sensors test analysis is the responsibility of the MDA Sensors Systems Engineering (MDA/SNE), both located at Redstone Arsenal, Alabama. Tests events are defined in the BMDS Integrated Master Test Plan (IMTP) provided as Government Furnished Information (GFI) by MDA. MDA plans, executes, and analyzes test events in the manner outlined in the MDA BMDS Test Concept of Operations provided as GFI. Typically, Test Support includes support of two to three major BMDS ground tests, one to two flight tests per year and pairwise element level testing with other BMDS Elements as required. MDA executes the IMTP-defined test events at HWIL facilities or at distributed radar sites. The HWIL equipment utilized in testing currently consists of multiple test strings, all located at the Integrated System Test Capability - 1 (ISTC-1), ISTC-2, and Prime Consolidated Integration Laboratory (PCIL) system test labs located in Huntsville, AL. HWIL strings (with the exception of CD) are Unix-based processors, storage and display equipment loaded with mission software (as applicable) which represents the functionality and performance of prime mission equipment (PME). HWIL CD strings are DEC VAX processors, storage and display equipment loaded with CD mission software, which represents the functionality and performance of CD PME. 2.8.1 AN/TPY-2 and SBX Radar Test Planning, Execution, and Analysis 2.8.1.1 Flight Test planning, execution, and analysis of BMDS test requirements in accordance with the MDA IMTP 2.8.1.1.1 Pre-test planning and analysis (includes SPMTs) 2.8.1.1.2 Electromagnetic Interference (EMI) Analysis 2.8.1.1.3 Test Execution 2.8.1.1.4 Post-test analysis and reporting 2.8.1.2 Ground Test planning, execution, and analysis of BMDS test requirements in accordance with the MDA IMTP 2.8.1.2.1 Pre-test planning and analysis 2.8.1.2.2 Test Execution 2.8.1.2.3 Post-test analysis and reporting 2.8.1.2.4 Operation and Maintenance (Non-COTS only) of HWIL Strings 2.8.1.3 Radar element level testing and pairwise testing C2BMC, Ground-based Midcourse Defense (GMD) and THAAD 2.8.2 UEWR and CD Test Planning, Execution, and Analysis 2.8.2.1 BMDS Flight test requirements in accordance with the MDA IMTP 2.8.2.1.1 Pre-test planning and analysis (includes SPMTs) 2.8.2.1.2 Test Execution 2.8.2.1.3 Post-test analysis and reporting 2.8.2.2 BMDS Ground test requirements in accordance with the MDA IMTP 2.8.2.2.1 Pre-test planning and analysis 2.8.2.2.2 Take SSF/OSF scenario binary file(s) and create a test case playback for CD 2.8.2.2.3 Test Execution (limited to data collection at the radar site) 2.8.2.2.4 Post-test analysis and reporting 2.8.2.2.5 Operation and Maintenance (Non-COTS only) of HWIL Strings 2.8.2.3 Radar element level testing and pairwise testing with Ground-based Midcourse Defense (GMD) and SSF/OSF 3.0 RESPONSES 3.1 Instructions for Submissions Respondents to this RFI are invited to prepare and submit, no later than XXX, the following: 3.1.1 Executive Summary (not to exceed 5 pages or slides) that includes: 1. Descriptive Data: a. Company Name b. Point of Contact c. Address d. Telephone and Fax Numbers e. E-mail Address f. DUNS Number g. CAGE Code and/or Tax ID Number h. Business Size Standard and applicable NAICS codes 2. Identify the Government Furnished Technical Information that is required in order to accomplish the execution of the effort described in this RFI. List and describe this data (does not count toward page limit for Executive Summary). 3.1.2 White Paper (not to exceed 30 pages) that describes capabilities, recommended alternatives, associated risks, and applicable mitigation strategies. At a minimum, the white paper shall address: 1. Concept for Radar HW/SW Development, M&S, Engineering Services, Warfighter Support, O&S, and BMDS Test Planning, Execution and Analysis across the globe at specified sites. 2. Open, non-proprietary, modular, re-architecture, and maximum re-use and application of existing technologies (hardware and software), designs, and production lines where economies of scale can be applied to minimize acquisition costs and enable future competition. 3. The technical risks inherent in manufacturing processes. 4. The technical cost drivers for development and life cycle cost, and opportunities to reduce the Total Ownership Costs. Identify the contractor's ability to achieve sustainment cost savings though a Performance Based Logistics construct. 5. Affordability is a key consideration and requires Respondents to identify how their proposed concept represents best value for Government based on their capabilities for Development, M&S, Engineering Services, Warfighter Support, O&S, and BMDS Test Planning, Execution and Analysis. 6. Power and facilities requirements of proposed concept. The power and facilities requirements will need to be estimated over the course of the five year contracting opportunity. 7. Description of contractors experience with development, implementation, and management of a product support strategy while applying life cycle management principles. 8. Provide Rough Order of Magnitude cost for the proposed concept, to include estimated breakout of Development, M&S, Engineering Services, Warfighter Support, O&S, and BMDS Test Planning, Execution and Analysis. 9. Please indicate any applicable socio-economic status, such as Small Disadvantaged Business (SDB), Service-Disabled Veteran-Owned Small Business (SDVOSB), 8(a), HUB Zone, etc.). 10. Please indicate whether your company is interested in participating as the prime contractor or as a subcontractor or whether your company is interested in participating as part of a teaming arrangement. 11. Description of contractors capabilities and approach to integrating security within the system lifecycle specifically addressing; System Security Engineering, Software Assurance, Program Protection / Supply Chain Risk Management and Anti-Tamper. 3.1.3 Capability brief (not to exceed 30 slides) describing your capabilities to perform the requirement area(s) identified in this RFI and relevant experience. If your response addresses a subset of a requirement identified versus the entire area, then address how your approach would avoid seams/gaps and how the Government could mitigate integration risk challenges. The brief should include: 1. A schedule estimate highlighting MDA/SN radars capability delivery/availability. 2. Description of relevant production and integration capabilities. 3. Description of experience with MDA Mission Assurance Provisions (MAP) and Parts, Materials and Processes (PMAP) compliance. 4. Description of any experience with configuration management processes and tools during Development, M&S, Engineering Services, Warfighter Support, O&S, and BMDS Test Planning, Execution and Analysis. 5. Identification of any system Capability Maturity Model Integration (CMMI) designations. 6. If responding as a team, describe the team's probable membership, organization, and approach. 7. Technology Readiness Level and Manufacturing Readiness Level of recommended technologies, manufacturing processes and designs. 8. Address contractor's ability to deliver a Technical Data Package (TDP) during the contract with limitations no more restrictive than Government Purpose Rights in accordance with DFARS 252.227-7013 and 252.227-7014. MDA's intent is to obtain technical data and computer software having no more restrictive rights than Government Purpose Rights. The TDP generated during the future period of performance contracting effort is expected to include all contractor and subcontractor supplied technical data and computer software as defined by Defense Federal Acquisition Regulation Supplement (DFARS). 9. Ease of integration into the current MDA/SN radars and the BMDS. 3.2 Industry Day MDA tentatively plans to conduct an Industry Day, including a session of 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, attendance requirements, and other details. 4.0 REQUESTED INFORMATION 1. This announcement is published for informational purposes only. It does not constitute a solicitation or request for proposal and shall not be construed as a commitment by the Government. 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. Responses in any form are not offers and the Government is under no obligation to award a contract as a result of this announcement. MDA does not intend to pay for the information solicited and will not reimburse any costs associated with responding to this RFI or attending any Industry Day Scheduled IAW 3.2 above. 2. 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 (.i.e. 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 will be executed between the third party, non-Government support personnel and 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 support personnel. 3. MDA support contractors who will assist the Government in the review of your response, include: MITRE Corporation (a Federally Funded Research and Development Corporation) and advisory and assistance support contractors under the MiDEASS and TEAMS contracts. All of the support contractors and their employees have agreed to protect proprietary information from unauthorized use and disclosure. 4. Unless clearly marked otherwise, submission of a response to this RFI signifies agreement to allow personnel from the above-listed firms and personnel from MDA to use the information to develop the acquisition approach. 5. Failure to respond to this RFI does not preclude participation in any future competition, nor will information provided in response to this RFI be used to exclude anyone from responding to any future Request for Proposals. Communications with MDA with regard to this RFI will only be permitted in writing during the RFI response period. 5.0 QUESTIONS Questions regarding this announcement shall be submitted in writing by e-mail to the Contracting Officers. These questions and the Government's responses shall be made available to industry via FedBizOpps. Verbal questions will NOT be accepted. At the time of this notice, no current year appropriated funds are available for any acquisition under this synopsis. Contracting Office Address: Missile Defense Agency, MDA-DACX Building 5224, Martin Rd, Attn: VBIII Redstone Arsenal, AL, 35898, UNITED STATES Point of Contact(s): Marie Agrinzoni, Procuring Contracting Officer, Sensor Contracts Tim Cole, Procuring Contracting Officer, Sensors Contracts Email: sensorsacquisition@mda.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/4a60dc40bfe9e10a8d56c6a3bfecd01f)
- Record
- SN03728140-W 20150514/150512235416-4a60dc40bfe9e10a8d56c6a3bfecd01f (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 |