SOURCES SOUGHT
99 -- Request for Information Hypersonic Test Engineering, Mission Planning and Systems (HyTEMPS) Support
- Notice Date
- 11/27/2019 9:25:41 AM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- W6QK ACC-RSA REDSTONE ARSENAL AL 35898-5000 USA
- ZIP Code
- 35898-5000
- Solicitation Number
- W9113M-20-RFI-HyTEMPS
- Response Due
- 12/11/2019 1:00:00 PM
- Archive Date
- 12/26/2019
- Point of Contact
- Neisha M. Mendiola, Phone: 2569550066, Sara A. Wilbourn, Phone: 2569550061
- E-Mail Address
-
neisha.m.mendiola.civ@mail.mil, sara.a.wilbourn.civ@mail.mil
(neisha.m.mendiola.civ@mail.mil, sara.a.wilbourn.civ@mail.mil)
- Description
- Request for InformationHypersonic Test Engineering, Mission Planning and Systems (HyTEMPS) SupportDescription:This notice serves as market research in accordance with Federal Acquisition Regulation Part 10. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Respondents are solely responsible for all expenses associated with responding to this Request for Information (RFI). The Government does not intend to award a contract on the basis of this RFI or to otherwise pay for the information requested. Any responses received will be treated as information only.The U.S. Army is in need of information on potential sources that can provide the necessary technical skills, facilities, and personnel to support the current, new, and evolving Hypersonic Test Engineering, Mission Planning and Systems (HyTEMPS) requirements (see accompanying draft performance work statement [PWS]). Relative to the HyTEMPS PWS, the purpose of this RFI is to gain knowledge of the capabilities, capacity and expertise experience of potential vendors regarding approaches to accommodate flight testing of flight test vehicles, as well as recommended contractual approaches (currently, the Federal Government is considering executing a contract award no later than June 2020 with an acquisition approach of an overall four-year [two year base and one, two year option] cost-type contact valued under $100M). The contractor must possess a TOP SECRET facility clearance and SECRET safeguarding capability at the time of contract award. Additionally, as determined by the cognizant Government authority, all contractor personnel that perform contactor duties in support of the resulting contract at a Government site requiring access to classified information must be U.S. citizens and have (at a minimum) a SECRET clearance at the time of contract award.Responses to this notice will be utilized as part of the information gathered for market research that will be used to develop the acquisition strategy to satisfy this potential requirement. The Government is in the acquisition strategy and requirement definition phase, as such is currently exploring the feasibility and appropriateness of utilizing the U.S. Army Space and Missile Defense Command (USASMDC) Design, Development, Demonstration, and Integration (D3I) multiple award indefinite-delivery/indefinite-quantity (MAIDIQ) contract vehicle (specifically Domain 1) or the Government Services Administration (GSA) One Acquisition Solution for Integrated Services (OASIS) Unrestricted MAIDIQ contract vehicle. USASMDC has not finalized a PWS, statement of work, or acquisition strategy. There is no solicitation, and no other information is available at this time. Other than responses to this RFI, no other input or inquiries will be accepted. In order to protect the integrity of any potential future procurement that may arise from this announcement, contact information regarding the technical point of contact will not be provided. At this time the Government does not envision entertaining presentations. However, should the need arise to schedule presentations to enhance understanding of the respondent’s submittal, then such will be coordinated through the responsible Federal Government contracting officer. A determination not to compete this action based upon responses to this notice is solely within the discretion of the Government.Background:The United States Department of Defense (DoD) has increased the priority level of hypersonic vehicles fielding and as a result testing of hypersonic vehicles has become an equal priority. The hypersonics flight test rhythm has increased to two events per year starting in fiscal year 2020 and will continue to accelerate up to 20 events a year per Office of the Under Secretary of Defense Research and Engineering direction. In order to support flight testing, the Government requires contractor support to provide capabilities, solutions, and services necessary to collect telemetry from flight vehicles, perform phenomenology measurements utilizing sensors, transport and display data during test events, integrate the numerous systems together via networks, develop and modify software to facilitate successful test objectives, facilitate flight termination system/range safety functions, cybersecurity, maintain test resources, fabricate prototype test resources as required, and other test functions as needed. The hypersonic systems under development are considered strategic assets and operate over significant distances, requiring the support of multiple test ranges and collection assets. This effort fits into the USASMDC mission for missile flight testing and hypersonics allocated to USASMDC from Office of the Secretary of Defense (OSD), Army, Navy, Air Force, and Test Resource Management Center.HyTEMPS RFI Requirements:Relative to the draft PWS, interested sources responding to this RFI must demonstrate expertise in existing hypersonic and Major Range and Test Facility Base (MRTFB) open-air ranges, mobile collection assets, and DoD cybersecurity requirements, as well as the hypersonic programs currently under development. The contractor shall also be flexible and adaptable to the planned expansion of the U.S. hypersonic test and execution infrastructure, MRTFB needs, and the development, test and evaluation requirements levied by OSD and the services. The anticipated NAICS Code for this acquisition is 541330 with a business size standard of $38.5M.The Government appreciates information and opinions from industry as a response to this RFI. Information from submitted papers may be taken into consideration for any future solicitation efforts. Interested parties are requested to respond to this RFI with a white paper (Microsoft Word for Office 2013 compatible format) of no more than ten (10) pages in length, excluding title page and table of content, and be in Arial 12” font size with 1 inch margins. Responses shall be submitted via email only to Mrs. Neisha Mendiola at neisha.m.mendiola.civ@mail.mil and Mrs. Julie Foote at julie.a.foote3.civ@mail.mil no later than 3:00 p.m. CST on December 11, 2019. Please be advised that all submissions become Government property and will not be returned.Please note that all RFI responses must clearly demonstrate technical qualifications, capability and expertise relative to the HyTEMPS PWS and, at a minimum, must address the following requirements and information.Company Information: Please provide general company information such as name, address, CAGE code, phone number, and email address of a designated point of contact. In addition, if the company is a D3I or GSA OASIS prime contract holder (or subcontractor), then please provide the contract information (D3I Domain or GSA Pool and prime contract number).Business Size: Based upon the above-stated NAICS code, please state whether your company is a small or large business; if a small business, then also please state any further small business concern designation such as SDB, 8(a)-certified small disadvantaged business, HUBZone, WOSB, EDWOSB, or SDVOSB.Clearances: Please provide an overview of company personnel with TOP SECRET/SCI/SAP clearances (or ability to obtain such) and associated company processes, as well as the company’s TOP SECRET facility clearance.Timetable: Please state whether you have the company capability and capacity to be begin contract performance no later than June 2020.Expertise with Existing Systems: The Government currently utilizes existing systems to perform this work and will likely continue utilizing such. Therefore, the intent of resulting contract is to provide any and all necessary contractor support associated with the execution of flight tests of hypersonic flight vehicles using the systems described below (existing systems that the Government currently utilizes or are in the development stages include those discussed below). Please discuss your capabilities, capacity and expertise experience (and associated Federal Government prime contracts and/or subcontracts) concerning the following systems: Portable Range Operations and Test Network performs real time telemetry processing, telemetry validation, data recording, real time data display, data transport (real time video, configurable data messages, strip-and-ship, and post-mission file transfer), mission simulations, voice transport (analog, VOIP, and mission voice nets), situational awareness, access control, and data analysis. Broad Ocean Area Terminal Sensing System is a system concept in development that would house acoustic sensors, telemetry collection, voice and data communications, range and flight safety, radar systems (trackers and weather), and optical sensors on ship, barge based platforms, and or platforms integrated with remote operated assets in areas of impact. Additionally the remotely operated assets (such as drones, UAVs, buoys, rafts, boats, etc.) within the hazard zones can enable persistent coverage of the terminal areas. Sky Range is an extension of the test ranges’ telemetry and Flight Termination Systems integrated into airborne platforms (RQ-4 Range Hawks and MQ-9 Range Reapers) that can be emplaced quickly to increase operations tempo and enable coverage across extended, multi-range flight test environments.Technical Requirements: The contractor shall support/execute the following six primary areas 1) mission planning, execution and operations; 2) research, development, test, evaluation and systems engineering; 3) maintenance and sustainment; 4) configuration management, data management, documentation; 5) facilities and mission logistics and logistics management; and 6) cyber security. See accompanying draft PWS.Recommendations: Please provide any recommendations regarding the proposed contract strategy described above or other suggestions to meet the desired June 2020 award date. Additionally, recommendations that may improve or add clarity to the draft PWS are encouraged.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/05105f746b904d1b82624cd42c64a3ae/view)
- Place of Performance
- Address: 37000, AL, USA
- Country: USA
- Country: USA
- Record
- SN05505167-F 20191129/191204040843 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |