Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 22, 2018 FBO #5963
SOURCES SOUGHT

A -- Ballistic Missile (BM) Flight Test Missions (FTM) support

Notice Date
3/20/2018
 
Notice Type
Sources Sought
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
Missile Defense Agency - MDA-DACG
 
ZIP Code
00000
 
Solicitation Number
HQ027618R0005
 
Archive Date
5/21/2018
 
Point of Contact
HQ027618R0005,
 
E-Mail Address
HQ027618R0005@mda.mil
(HQ027618R0005@mda.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a follow-on requirement in support of Missile Defense Agency (MDA) Aegis Ballistic Missile Defense (BMD) Test & Evaluation (ABT) Program Office (Aegis BMD ABT). Aegis BMD ABT is conducting market research through this Sources Sought notice to determine interest and capability for future Ballistic Missile (BM) Flight Test Missions (FTM) support. The respondents to this request should have the expertise with Testing Support/Post Test Support with regard to providing assistance in the download of Mission photo and video from the firing ship and Kill Assessment processing with Kinetic Weapon Image Processor and Missile Kill Assessment Module. The respondents shall ensure that mission support equipment is returned back to the United States. The respondents shall demonstrate expertise with the modification of existing CG class Missile Downlink System (MDS) Testbed design, test and install antenna, Radio Frequency electronic and computer and network components sufficient to install MDS Test Equipment aboard USS DECATUR (DDG-73) or similar DDG to support Aegis BMD Flight Test Missions. The respondent must be able to provide Program Management Documentation Support; Technical Engineering Design, Development and Analysis Support; and Technical Engineering Test Plan, Test Procedures, Test Conduct and Reporting, repair kits and MDS Training Support to the Aegis Ballistic Missile Defense (BMD) Program for any of the three BMD-capable Aegis Cruisers and installed Aegis BMD equipped ships. Specific Task may include the following: A. Program and Technical Documentation Support B. Technical Services, Engineering Design, Development and Analysis Support C. Technical Engineering Test Plan, Procedures, Test Conduct and Reporting, and Emergency Activation Support The MDA is seeking sources with extensive experience in MDS support, program management documentation support, technical engineering design and development support, technical engineering test plan, test procedures, test conduct, and test report support to the Aegis BMD program. The Government will provide information in the form of design specifications, user manuals, operations guides, as built drawings, and briefing packages on the KWIP and MKAM, as available. The government will provide KWIP equipment and MKAM software. Capability Statement Interested Parties shall submit a capability statement. The capability statement shall define ability of the responder to provide the requirements within the Description and specific Tasks A through C stated above. Responsible small businesses responding to this Sources Sought must include business size and business socioeconomic category. The capability statement shall not exceed 10 pages, Times New Roman font size 12. In addition, the respondents shall provide information associated with methodologies utilized in documenting data and discrepancies. All capability statements received by the response date will be considered. Capability statements must be submitted by email to HQ027618R0005@mda.mil no later than the response date. This is not a request for proposal or quotation. The Government will NOT pay any costs incurred as a result of responding to this announcement. Submissions of capability statements will be separate from, and have no bearing on, submissions in response to any future Request for Proposal, if one is issued. Eligibility to participate in any future acquisition does not depend upon a response to this notice. Proprietary information is neither sought nor desired by the MDA. If proprietary 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. Do not send any classified information. The Government may use third party, non-Government (contractor) support personnel as subject matter experts in the review of submissions, including the review of any marked or unmarked proprietary information provided. Appropriate non-disclosure agreements have been executed between the third party, non-Government (contractor) support personnel and the Government and are on file with the Government. Participation in this effort is strictly voluntary. A submission of a response to this notice 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 (contractor) support personnel. Please note that this is not a request for competitive proposals; however, all responsible sources who believe they can meet the requirements may submit a capability statement demonstrating the ability to provide the requested services NLT 4/20/2018 at 12:00 PM EST, to HQ027618R0005@mda.mil. A determination by the Government not to compete this requirement based on responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Government Points of Contact: HQ027618R0005@mda.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c9dfaed615fd53dc7da00543611faeca)
 
Record
SN04861243-W 20180322/180320231751-c9dfaed615fd53dc7da00543611faeca (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.