SOURCES SOUGHT
14 -- Sea Based Weapon System (SWBS), SM-3 Guided Missile
- Notice Date
- 6/2/2020 1:54:39 PM
- Notice Type
- Sources Sought
- NAICS
- 336414
— Guided Missile and Space Vehicle Manufacturing
- Contracting Office
- MISSILE DEFENSE AGENCY (MDA) HUNTSVILLE AL 35898 USA
- ZIP Code
- 35898
- Solicitation Number
- MDA20ABRFI02
- Response Due
- 6/17/2020 2:00:00 PM
- Archive Date
- 07/02/2020
- Point of Contact
- Contracting Officer
- E-Mail Address
-
SM3RFI@MDA.MIL
(SM3RFI@MDA.MIL)
- Description
- Sea Based Weapon System (SWBS), SM-3 Guided Missile (ABG) Standard Missile-3 (SM-3) Block IIA Program Request for Information Agency: Missile Defense Agency Office: Sea Based Weapons Systems Location: Dahlgren, VA NAICS:� 336414 � Guided Missile and Space Vehicle Manufacturing PSC: 1410 RFI Number:� MDA20ABRFI02 Notice Type:� Request for Information �Synopsis: �1.� Description:� In accordance with Federal Acquisition Regulations (FAR) Subpart 10.002(b), the Missile Defense Agency (MDA), Sea Based Weapon Systems (SBWS), formerly called Aegis Ballistic Missile Defense (BMD), Guided Missile Program (ABG) is conducting market research to determine interest and capability for sources for the Standard Missile-3 (SM-3) Block IIA Program.� The requirements include production and delivery of SM-3 Block IIA All-Up-Rounds, production control and operations support, cost management, advanced engineering support, analysis, configuration and data management, information security, quality assurance, safety, hazardous material control and management, parts, material and process management, supplies, logistics, obsolescence monitoring, testing, and software quality assurance of SM-3 variants. �The results of this information request may support the sole source procurement of these capabilities if there are no other industry interests. MDA will utilize responses received to develop acquisition strategy alternatives that may include competing all or portions of SM-3 future work.� MDA/ABG anticipates contracting for future work expected to begin in early FY2021 for period(s) of performance up to 9 years depending on final approved contract strategy.� This Request for Information (RFI) is intended to help MDA/ABG make informed acquisition decisions to:� Assess the current marketplace and existing industry capabilities to deliver SM-3 capabilities that meet specifications; Obtain recommendations from industry on the contract duration/period of performance, acquisition strategies and approaches (including contract and incentive structures) that are available to support SM-3 Program requirements; Identify and assess the major risks to the acquisition; Identify and mitigate any potential barriers to competition; Determine industry data/information needs to support proposal preparations; Outline program cost, cost drivers, potential cost impacts and risks; and Identify areas that could be set-aside for small business � This is a market research announcement for informational planning purposes only and does not constitute a Request for Proposal (RFP), nor is it to be construed as a commitment by MDA.� Information submitted will be considered as an exchange of capabilities and may be used as part of the future RFP.� MDA will only accept unclassified responses. Classified information shall not be contained in the response. �Any proprietary information provided should be properly marked.� No RFP/solicitation will be issued at this time.� Participation in this effort is strictly voluntary with no costs incurred or obligations made on behalf of MDA.� MDA is in no way bound by the information obtained through this RFI should an RFP/solicitation be issued at a later date.� Responses to this notice will not be construed as an offer and will not be accepted by MDA to form a binding contract.� Respondent�s information/documents submitted in response to this RFI will not be returned.� The Respondent�s information/documents should be complete, informative, and demonstrate clear competencies and expertise in managing, executing, and delivering qualified SM-3 requirements.� MDA is conducting an information-driven decision making process that requires additional information to plan and execute successful acquisitions for the SM-3 program.� This RFI is part of the overall market research activity to collect, organize, maintain, analyze, and present data in accordance with FAR Subpart 10.002(b).� � 2.� Background:� The MDA develops and fields an integrated, layered, Ballistic Missile Defense System (BMDS) to defend the United States, its deployed forces, allies, and friends against all ranges of enemy ballistic missiles in all phases of flight.� The Sea Based Weapon Systems (SBWS) is the naval component of the BMDS and builds upon the Aegis Weapon System (AWS), Standard Missile (SM), Navy and joint forces� Command, Control and Communication systems. In recognition of its scalability, the SBWS is keystone in the European Phased Adaptive Approach (EPAA). The mission of the SM-3 Program is to arm the strategic warfighter to defend against short to intermediate-range, unitary and separating, midcourse-phase, ballistic missile threats, now, and in the future.� The SM-3 variants are multi-stage missiles using hit-to kill technology to destroy enemy targets.� The SM-3 Block IIA features large rocket motors that allow for a broader area of protection from ballistic missile threats and a larger enhanced kinetic warhead. The enhanced warhead improves the search, discrimination, acquisition and tracking functions to address advanced and emerging threats. The Block IIA variant is the centerpiece of the EPAA Phase III and scheduled to be operational by 2020, deploying for the first time on U.S. Navy ships worldwide and will eventually deploy to Aegis Ashore sites in Europe. 3. Requirements:� This market research is being used to determine the capability of industry.� Your current capabilities will be assessed in terms of demonstrated record of successfully implementing and supporting the following key requirements and considerations for SM-3 acquisition efforts.� Your Capability Paper must not be longer than 10 pages and must not contain classified information.� For each of the scope requirements and considerations identified below, if the respondent has similar experience or historical information available, MDA requests that responses include the below information within the requirement/considerations: SM-3 Production, Integration, Testing and Delivery: �The advanced development efforts are needed to address obsolescence issues in order to satisfy reliability, producibility, availability, and maintainability requirements.� MDA is seeking a source to deliver:� a) material for systems engineering, test equipment, ground and flight test analysis, along with documentation support and assistance for the SM-3; b) post flight test mission assessment engineering support; c) conduct studies and implement findings for process and product improvements; d) systems architecture and analysis (SAA) support; e) foreign military sales (FMS) engineering support. If you completed a similar effort, provide background on your overall approach that could be leveraged.� Respondent must demonstrate its ability to design, develop, conduct component and vehicle assembly level tests to validate designs, and to later provide support when the integrated missile is flown as part of interceptor flight-testing.� Describe your industry production capacity and capabilities to support design, integration, and flight-testing of the SM-3s.� MDA does not want to be vendor locked to any single SM-3 component solution, so alternative component solutions may be considered if SM-3 requirements can be met, designs have been qualified through testing, and a qualified manufacturing line has been demonstrated.� General Program and Contract Management: �SM-3 Data Management considerations include but not limited to:� MDA obtains no less than Government Purpose Rights to technical data from the contractor and its subcontractors/suppliers for SM-3 components, hardware, software, and the Interface Control Documents for major subassemblies and the special tooling and test equipment needed for integration.� State whether you will assert any claims of limited or restricted rights for MDA as part of your contract proposal (guided by Defense Federal Acquisition Regulations (DFARS) requirements for types of technical data), such as contract data requirements lists, technical drawings, software, and hardware.� DFARS defined categories of data rights are: a) Unlimited Rights; b) Government Purpose Rights; c) Limited Rights (Technical Data); d) Restricted Rights (Computer Software); and e) Special License Rights.� This requirement will also include documentation support and assistance for the SM-3 missile and provide performance and compliance of MDA quality, safety, and mission assurance (QSMA) standards.� Contractors must also have Top Secret Facility clearance. If the Respondent has similar or historical information available, MDA requests:� a) Contract number; b) title and objective of contract; c) contracting agency and point of contact information; d) period of performance; e) value of contract; f) type of contract (e.g., fixed price, cost reimbursement); g) accomplishments of effort (products furnished or services provided); and h) recommended command media and best practices/concepts employed.� SUBMISSION REQUIREMENTS: Interested parties are requested to provide an information package in a Microsoft Word and searchable Portable Document Format ""PDF"" when delivered to the attention of the Contracting Officer, Rusty DeSantis, consisting of the following: Your Capabilities Paper must not be any longer than 10 pages and must not contain any classified information.� Your Capabilities Paper may include a Table of Contents, List of Tables/Figures, and Acronyms List, which will not count against the maximum page limitation.� The Capabilities Paper shall be single-spaced, minimum 12-point Times New Roman, and describe corporate experience and/or relevancy in the areas described in the requirements scope.� Do not submit generic corporate marketing materials for this RFI; it will not be reviewed by MDA.� � A Programmatic Response Paper of no more than seven pages, single spaced, minimum 12-point Times New Roman is requested to address the following acquisition strategy related questions: � a. �Provide a profile of your company, including:� Company Name, Point of Contact, Address, Telephone and Fax Numbers, Email Address, DUNS Number, CAGE Code and/or Tax ID Number, Facility Clearance Level, and all applicable socio-economic business/company profile (e.g., Large/Small Business (SB), Small Disadvantaged, 8(a), 8(m) (both Woman Owned SB and Economically Disadvantaged Woman Owned SB), Tribally Owned entity, Alaskan Native Corporation, Hawaiian Owned Organization, Service Disabled Veteran Owned SB, Historically Underutilized Business Zone, (HUBZone) SB, other, etc.).� Respondents and/or Prospective Offerors (if a solicitation is issued) and its subcontractors/suppliers must be U.S. firms/businesses and not foreign owned, controlled, or influenced.� � b.� What would be your upfront investments and facility requirements prior to SM-3 developmental activities? � c.� What are your special tooling needs for SM-3 development, fabrication, integration, and sustainment? � d.� What special test equipment do you have available to support SM-3 development, fabrication, integration, and sustainment? � e.� What would be your recommended contract duration/period of performance and option/award term periods as appropriate to recuperate upfront investments, costs, to ensure a stable, viable workforce, etc.? � f.� What aspects of your RFI response could be considered for a Fixed Price Arrangement type CLIN? � g.� What are the potential barriers to competition for this effort (e.g., availability of data, availability of models and simulation, software, facility, industry base, etc.)?� � h.� Do you foresee any barriers to competition and/or entry (i.e., non-compete agreements, no-bid agreements, other non-related contracts) that would prevent your corporation/company from competing for or being awarded a contract for all or any specific portion of future SM-3 requirements?� If yes, does this preclude your corporation/company from competing for future SM-3 contract actions as a prime, or otherwise limit your participation as a subcontractor? � i.� If MDA decides to issue a formal solicitation (RFP) for this effort, what is the minimum length of time necessary to prepare a proposal?� Please be aware that MDA would like to hold to a 45-60 calendar days proposal development timeline. � j.� Describe how your contract change order process has been used on other large weapon systems programs to expedite contract actions and provide agility, flexibility, and drive down costs. � k.� Does your company have a Government approved accounting system?� Provide examples of how you applied effective cost control measures to achieve cost savings and results on large weapon systems programs.� � l.� MDA values the important contributions our small business industry base makes to the development, deployment, and support of the BMDS and wishes to pursue contracting strategies that leverage those capabilities.� The goals of small business utilization on the SM-3 Program include enhancing the performance capabilities of our systems, improving responsiveness and quality, incorporating innovative technologies and approaches, where applicable, and reducing costs.� Describe the small business approach you have executed under similar efforts that promoted these types of MDA goals.� What opportunities do you see that could be set-aside for small businesses?� � m.� Does your company �have a DD Form 254 with MDA contracts or with another Department of Defense Agency?� Please provide your Facility Security Officer information, contact number, and a point of contact. Based on the level of interest and the apparent capability of industry to perform in these areas, MDA reserves the right to develop an acquisition strategy to pursue a solicitation, if any.� MDA reserves the right to request follow-up information and/or capability presentations from RFI respondents as needed, as a result of the information received from this RFI.� The purpose of these follow-up questions and discussions is for MDA to better understand the market capabilities in relation to the various acquisition strategies available for this effort.� Information received from follow-up questions and presentations is considered part of the overall market research activity and will be conducted in accordance with FAR Subpart 15.201. � INSTRUCTIONS: � Address all Informational Packages and questions concerning this RFI in writing via e-mail to the Contracting Officer, SM3RFI@mda.mil. � To help aid with developing responses and understand Sea Based Weapon Systems and the SM-3 Program, please go to www.mda.mil, and specifically www.mda.mil/system/aegis_bmd.html.� In accordance with the Paperwork Reduction Act, RFI submissions will only be accepted electronically.� Responses to this RFI are due no later than Wednesday, June 17, 2020 at 5:00pm EDT.� All submitted information will be handled according to applicable markings.� MDA will only accept unclassified responses. Classified information shall not be contained in the response. Industry is encouraged to respond with information not constrained by proprietary data rights.� If proprietary data is included in the reply, the respondent is responsible for appropriate markings.� Participants are responsible for adequately marking proprietary information contained in their response, and any proprietary information MUST be marked as such on a paragraph-by-paragraph basis.� MDA intends to use third party, non-Government (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 have been executed between the third party, non-Government (contractor) support personnel, and the Government, and are on file with MDA.� Submission of a response to this RFI constitutes the participant�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. The resultant knowledge gained will enable MDA to achieve the best value acquisition of systems, commodities, components, technologies, capabilities, or services to fulfill its complex mission.� Approved for Public Release������ 20-MDA-10494 (29 May 20)
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/4c101374fa1748e58a95f914ec03510e/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN05678026-F 20200604/200602230213 (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 |