Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 07, 2019 SAM #6582
SOURCES SOUGHT

A -- Hypersonic Defense Regional Glide Phase Weapon System

Notice Date
12/5/2019 11:47:06 AM
 
Notice Type
Sources Sought
 
NAICS
54171 — Research and Development in the Physical, Engineering, and Life SciencesT
 
Contracting Office
MISSILE DEFENSE AGENCY (MDA) HUNTSVILLE AL 35898 USA
 
ZIP Code
35898
 
Solicitation Number
HQ0854-20-DV-SSN-01
 
Response Due
12/16/2019 10:00:00 AM
 
Archive Date
12/05/2020
 
Point of Contact
Joseph A Chapman, Phone: 256-450-1181
 
E-Mail Address
RGPWS@mda.mil
(RGPWS@mda.mil)
 
Description
General Information Title: Hypersonic Defense Regional Glide Phase Weapon System Sources SoughtSolicitation Number: HQ0854-20-DV-SSN-01Document Type: Sources Sought NoticeClassification Code: A - Research and DevelopmentMissile Defense Agency (MDA) intends to carry out a Hypersonic Defense Regional Glide Phase Weapon System (RGPWS) Prototype Project under the authority of 10 U.S.C. §2371b; “Authority of the Department of Defense to Carry Out Certain Prototype Projects”. Competitive procedures will be used to enter into one or more agreements(s) leading to the design, development, and demonstration of a Prototype Weapon. This Other Transaction (OT) Agreement will be issued directly by MDA.Industry Engagement: The following timeline is provided for planning purposes only and may be adjusted: Early December Pre-Solicitation announcement providing additional details for a General Session, Prime Performer One-on-Ones and the issuance of a Prime Performer Technical Data Library (Prime Performer refers to companies forming teams and the company considered “Prime Performer” identified)Mid-December: Issuance of a Draft Request for Prototype Proposal (DRPP)Mid-December: Industry Day General Session (unclassified and classified)Early-January: Prime Performer One-on-Ones (classified)Requested Industry Inputs: MDA plans to conduct an unclassified general session, followed by a classified general session and Prime Performer one-on-one meetings. For planning purposes only, please: Identify your desire to attend the general session to email: RGPWS-Information@mda.mil with the subject title “General Session.” Please include your company name, Cage Code, primary company point of contact, contact number and email address. Number of attendees must also be included (limit five (5) per team). The General Session will be held at MDA, Redstone Arsenal, Alabama 35898. If applicable, identify your desire to propose as a Prime Performer and participate in a One-on-One meeting. Responses will be used to determine the number of days the Government must set aside to support one-on-ones. Responses may be emailed to: RGPWS-Information@mda.mil, with the subject title “One-on-Ones,” and must include your company name and number of attendees (limit five (5) per team). One-on-Ones will be held on Redstone Arsenal. General Information: MDA anticipates hosting both an unclassified and a classified General Session. These discussions will be held at MDA, Redstone Arsenal, Alabama 35898. All participants must have the ability to access Redstone Arsenal in order to participate (see attachment for instructions). The requirements discussion portion of the general session, as well as industry one-on-ones, will be classified. Participants must have a SECRET clearance and the ability to provide necessary Visitor Access Request information to support the classified portions of the Industry day (see attachment for instructions).As reflected above, MDA intends to issue a Technical Data Library containing threat data, trajectories and other technical data. In order to receive the Technical Data Library, potential Prime Performer must submit the following documents: Receiving System's Security Plan: Full document Receiving System's Authority to Operate (ATO): Copy of ATO letter itself Receiving System's Plan of Action & Milestones (POA&M): The POA&M is a standard input for Risk Management Framework accreditation. (Vendor should know what it is and how to auto-generate it through eMASS). Receiving System's Hardware/Software List: Existing item in Vendor’s eMASS accreditation package. Potential Prime Performers must have a facility clearance with the ability to access classified information, in accordance with DoD 5220.22-M, “National Industry Security Program Operating Manual,” dated February 28, 2006, and thus companies under foreign ownership, control or influence (FOCI) will be excluded from performing under the prototype project agreement. A company is considered under FOCI whenever a foreign interest has direct power or indirect power, whether or not exercised, and whether or not exercisable through the ownership of the U.S. company’s securities, by contractual arrangement or other means, to direct or decide matters affecting the management of operations of that company in a manner which may result in unauthorized access to classified information or may adversely affect the performance of classified contracts and agreements. Responsibility lies with the potential Prime Performer to ensure that its subcontractor(s), entities proposed to perform under an Intercompany Work Transfer Agreement (IWTA), non-traditional defense contractors, vendors and suppliers that require access to classified information are not restricted from participating in this acquisition due to FOCI. Additional Information: This notice solicits information for planning purposes only, shall not be construed as an invitation for bid, request for quotation, request for proposal, or a commitment by MDA. MDA does not intend to award a contract or any other type of agreement on the basis of this announcement. All information is to be submitted at no cost or obligation to the Government. If a formal solicitation is generated at a later date, a separate solicitation notice will be published. Primary Point of Contact:Joseph A. ChapmanDeputy Director of Contracts (MDA/CTE)256-450-1181RGPWS@mda.mil
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/afee9de2c9b64d06af647959e49b7a2e/view)
 
Place of Performance
Address: 63912, AL 35898, USA
Zip Code: 35898
Country: USA
 
Record
SN05510437-F 20191207/191205230249 (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 |
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.