Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 13, 2016 FBO #5195
MODIFICATION

A -- Gulf Cooperation Council (GCC) Ballistic Missile Early Warning System (BMEWS) Sensor Architecture - Amendment 1

Notice Date
2/11/2016
 
Notice Type
Modification/Amendment
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Other Defense Agencies, Missile Defense Agency, MDA-DACK, Huntsville, Huntsville, Alabama, United States
 
ZIP Code
00000
 
Solicitation Number
MDA16BCRFI02
 
Archive Date
3/15/2016
 
Point of Contact
Shirlee R Madeloff, Phone: (256) 450-3166, Robert T. Duncan, Phone: (256) 450-3140
 
E-Mail Address
shirlee.madeloff@mda.mil, Robert.Duncan@mda.mil
(shirlee.madeloff@mda.mil, Robert.Duncan@mda.mil)
 
Small Business Set-Aside
N/A
 
Description
This RFI has been revised since its original posting in November 2015. This document is the result of a comparison between the original RFI and the revised RFI (using track changes). **SEE ATTACHMENT AT BOTTOM OF NOTICE FOR CHANGES TO THIS RFI** Missile Defense Agency Gulf Cooperation Council (GCC) Ballistic Missile Early Warning System (BMEWS) Sensor Architecture Request for Information (Restricted to US Companies Only) Office: Missile Defense Agency DISTRIBUTION STATEMENT A. Approved for public release; distribution is unlimited 1.0 GENERAL INFORMATION These RFI's are Restricted to US Companies Only. As a result of the May 2015 Camp David Summit, the United States Government (USG) agreed to "help conduct a study of GCC [Gulf Cooperation Council] ballistic missile defense architecture and offered technical assistance in the development of a GCC-wide Ballistic Missile Early Warning System" (BMEWS). The USG is releasing three Requests for Information (RFIs) for sensors; command, control, communications (C3); and cross domain solution (CDS). This RFI is one of three RFIs for GCC BMEWS. The Respondents may respond to one, two, or three RFIs. Responses to these RFIs will support the USG's recommendations to the GCC for development of a BMEWS. The Missile Defense Agency (MDA) Command, Control, Communications, Computers, Intelligence, Surveillance & Reconnaissance (C4ISR) Program Element is conducting market research to determine industry interest and capability for development of a sensor architecture or identification of sensors that could support a GCC-wide sensor architecture. The sensor architecture shall detect, track, and discriminate all ballistic missile (BM) events that threaten the GCC region. The objective sensor architecture shall support passive defense and active defense weapons systems for regional Ballistic Missile Defense (BMD) for the GCC. 2.0 SENSOR ARCHITECTURE CAPABILITIES AND REQUIREMENTS 2.1 An initial set of capability requirements has been provided by the GCC member states to the USG. These requirements are provided to Respondents to assist with the process of developing an RFI response. Threat specifics are provided in a classified attachment. 2.2 The sensor architecture shall provide or supporting sensors shall address, as appropriate: 2.2.1 Capability of detecting and tracking all BMs (CRBM, SRBM, MRBM, IRBM, ICBM) threatening the GCC region 2.2.2 Capability of detecting and tracking all BMs from all directions (360° coverage) 2.2.3 Capability of detecting and tracking all BMs 365/24/7 2.2.4 Capability of detecting and tracking BMs across all radar cross sections (RCSs) 2.2.5 Capability of electronic protection or electronic counter-counter measures 2.2.6 Capability of working under all weather conditions 2.2.7 Capability to report BMEWS tracks to the C3 Architecture with sufficient accuracy and timeliness to support GCC member state sensor and weapon system cueing and engagements 2.3 Sensors to be considered are: 2.3.1 Early warning radar (EWR)-long-range detect/track/discrimination radar 2.3.2 Infra-red unmanned aerial system (IR UAS) 2.3.3 Satellite-special specification against BMs for GCC 2.4 Sensors shall be transportable where applicable. 2.5 Only U.S. sensors shall be considered 3.0 RESPONSES 3.1 Instructions for Submissions: Respondents to this RFI are invited to prepare and submit, no later than February 16, 2016, the following: 3.1.1 Executive Summary (not to exceed 5 pages or slides) that includes 3.1.1.1 Descriptive Data: 3.1.1.1.1 Company Name 3.1.1.1.2 Point of Contact 3.1.1.1.3 Address 3.1.1.1.4 Telephone and Fax Numbers 3.1.1.1.5 Email Address 3.1.1.1.6 DUNS (Data Universal Number System) Number 3.1.1.1.7 CAGE Code and/or Tax ID Number 3.1.1.1.8 Business Size Standard and applicable NAICS (North American Industry Classification System) codes 3.1.1.2 Identify the Government Furnished Technical Information that is required in order to accomplish the execution of the GCC sensor architecture description or supporting sensors and ROM costs identified 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) At a minimum, the white paper on sensor architectures or, as appropriate, supporting sensors will address: 3.1.2.1 Concept for maintaining persistent coverage 3.1.2.2 Number of sensors 3.1.2.3 Sensor locations and fields of view 3.1.2.4 Radar frequency or optical sensor operating bands 3.1.2.5 Sensor ranges (and potential growth options) 3.1.2.6 Sensor probability of acquisition 3.1.2.7 Early warning timeline relative to impact 3.1.2.8 Sensor raid handling capacity 3.1.2.9 Sensor position and velocity accuracy capability 3.1.2.10 Sensor architecture build order 3.1.2.11 Radar solutions should include boresights 3.1.2.12 For airborne or space-based platforms, concept of ground stations should include: number and location of ground stations, number of platforms per station, approach to disseminating information to/from ground stations, and approach to controlling platforms. 3.1.3 The Respondent shall consider two options: i. Option 1: Consider full range of threats ii. Option 2: Consider only CRBM, SRBM, MRBM threats. 3.1.4 The Respondents shall provide ROM costs and milestones for the proposed sensor architecture or supporting sensors for each option. 3.2 Responses to this RFI should be submitted via e-mail to BMEWStask@mda.mil with the subject line notated as follows: BMEWS Sensors RFI. 3.3 The Missile Defense Agency will host a BMEWS Industry Day on January 14, 2016 at 9 am CST at the Missile Defense Agency Von Braun III Auditorium, Huntsville, Alabama location which will include a presentation/discussion at the classified (SECRET) level. 3.3.1.1 Reservations for the Industry Day are required to attend and VARs must be submitted NLT 5 business days prior to the Industry Day (there will be no exceptions to this requirement). E-mails for the reservation will be accepted at BMEWStask@mda.mil. Please title your e-mail request "BMEWS Industry Day" and include the following information: 3.3.1.1.1 Company Name 3.3.1.1.2 Point of Contact 3.3.1.1.3 Full names of all attendees 3.3.1.1.4 Address 3.3.1.1.5 Telephone and Fax Numbers 3.3.1.1.6 Email Address 3.3.1.1.7 DUNS (Data Universal Number System) Number 3.3.1.1.8 CAGE Code and/or Tax ID Number 3.3.1.2 Attendance at the Industry Day is not a requirement to submit a response to this RFI. 4.0 CLASSIFIED ATTACHMENT A classified attachment is being furnished with this RFI to provide additional background information to potential responders to facilitate a more informed response. A request made by a potential responder for this RFI's classified attachment must be submitted via email to BMEWStask@mda.mil with the subject line "Classified Threat Documentation Request". In order to receive this RFI's associated classified documentation, a requesting company must have a facility clearance of no less than "SECRET." All requests for the RFI classified attachment must be submitted in writing on company letterhead and the request must include the following information: 4.1 Verification of facility clearance level (either copy of DSS approval letter and/or company cage code). 4.2 Verification that the company has storage capability to the "SECRET" level. 4.3 Verification that the respondent understands that the data provided may NOT be duplicated and must be destroyed upon completion of RFI submission. 4.4 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. 4.5 Verification of intention to respond to subject RFI, to validate the need to know. 5.0 REQUESTED INFORMATION 5.1 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. The Government does not intend to pay for the information solicited and will not reimburse any costs associated with responding to this RFI. 5.2 Proprietary information is neither sought nor desired by the Government. 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 proprietary 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. Eligibility in participating in a future acquisition does not depend upon a response to this notice. 6.0 QUESTIONS All unclassified questions related to this RFI should be provided via email to BMEWStask@mda.mil. Contracting Office Address: Missile Defense Agency, MDA-DACB Building 5224 Martin Rd, Redstone Arsenal, AL, 35898, UNITED STATES Point of Contact: Shirlee Madeloff, Procuring Contracting Officer, C2BMC Contracts
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0a453bb8bc85737e1134e0ef76002275)
 
Record
SN04017905-W 20160213/160211234456-0a453bb8bc85737e1134e0ef76002275 (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  © 1994-2020, Loren Data Corp.