Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 12, 2023 SAM #7897
SPECIAL NOTICE

A -- Special Notice - Design, Development, Demonstration, and Integration II (D3I2) Information Briefing

Notice Date
7/10/2023 10:07:39 AM
 
Notice Type
Special Notice
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
W6QK ACC-RSA REDSTONE ARSENAL AL 35898-5000 USA
 
ZIP Code
35898-5000
 
Response Due
8/8/2023 2:00:00 PM
 
Archive Date
08/23/2023
 
Point of Contact
George Purpura, Virginia Adkins
 
E-Mail Address
George.r.purpura2.civ@army.mil, virginia.m.adkins.civ@army.mil
(George.r.purpura2.civ@army.mil, virginia.m.adkins.civ@army.mil)
 
Description
Special Notice � United States Army Space and Missile Defense Command (USASMDC) Design, Development, Demonstration, and Integration II (D3I2), Domain 1 and Domain 2 Follow-on Contracts A � RESEARCH & DEVELOPMENT GENERAL INFORMATION � Notice Type: Special Notice � Information Briefing to Industry. � Classification Code: A � Research & Development. DISCLAIMER THIS SPECIAL NOTICE IS TO ANNOUNCE AN INFORMATION BRIEFING FOR THE D3I2 FOLLOW-ON CONTRACTS AND IS FOR INFORMATIONAL PURPOSES ONLY. THIS NOTICE SHALL NOT BE CONSTRUED AS A SOLICITATION ANNOUNCEMENT, INVITATION FOR BIDS (IFB), REQUEST FOR PROPOSALS (RFP), OR REQUEST FOR QUOTES (RFQ). THE UNITED STATES GOVERNMENT (USG) IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS NOTICE. DO NOT SUBMIT INFORMATION IN RESPONSE TO THIS NOTICE (NOTE THAT IF INFORMATION IS SUBMITTED, THE USG SHALL NOT REVIEW THE SUBMISSION AND WILL NOT RETURN INFORMATION TO THE SUBMITTER); THE USG WILL NOT BE LIABLE FOR OR SUFFER ANY CONSEQUENTAL DAMAGES FOR ANY SUBMITTED INFORMATION AND WILL NOT REIMBURSE RESPONDENTS FOR ANY COST ASSOCIATED WITH ANY SUBMISSION. NOT ATTENDING THE INFORMATION BRIEFING DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE RFQ, RFP, OR IFB, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, THEN IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE), PROCUREMENT INTEGRATED ENTERPRISE ENVIRONMENT SOLICITATION MODULE (PIEE SM). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMATION PERTAINING TO THIS REQUIREMENT. A SOLICITATION IS NOT AVAILABLE AT THIS TIME, THEREFORE ANY REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. INTRODUCTION/BACKGROUND In support of the U.S. Army Space and Missile Defense Command (USASMDC), the U.S. Army Contracting Command-Redstone Arsenal (ACC-RSA) is anticipating issuing a solicitation for the follow-on of the current Design, Development, Demonstration, and Integration (referred to as �Design, Development, Demonstration, and Integration II� or �D3I2�). The anticipated solicitations will include a full-and-open domain (D3I2 Domain 1) and a 100% small-business set-aside domain (D3I2 Domain 2) (note that D3I2 D2 consists of a combination of the current D3I D2 and D3I D3 contract vehicles). The current D3I multiple-award indefinite-delivery, indefinite-quantity (MAIDIQ) contract vehicle is designed to satisfy recurring research and development (R&D) requirements across USASMDC and other associated Department of Defense and Federal organizations. The scope of current D3I MAIDIQ program follows an evolutionary development of systems architecture focused on a �Concept to Combat� philosophy. It is anticipated that the follow-on D3I2 D1 and D3I2 D2 acquisitions that are the subject of this notice will be MAIDIQ contracts that will provide USASMDC with the ability to procure a broad range of space, high altitude (HA), missile defense, and other applicable Warfighter solutions in support of customers� developmental and operational requirements. The follow-on contract will encompass performance requirements that include (but are not limited to) technology gap identification, design, development, modernization, fabrication, integration, modification, and testing of limited quantity production, prototypes, systems, subsystems, components, sub-components, technologies, innovations, processes, and architectures. In addition, the requirements include delivery, product transition, fielding, sustainment, operations, and maintenance of R&D projects, R&D systems and sub-systems, and prototypes. The types of services for the D3I2 D1 and D3I2 D2 follow-on acquisition will include (but are not limited to) the following technical support areas (TSAs) under which performance requirements will fall. D1. TSA Space and HA. The Space and HA support area includes all aspects of military, civil and commercial space operations to include launch, space segment (platform and payload), HA segment (platform and payload), ground segment communications between the ground segment and space or HA segments (platform and payload), ground segment, space related user segment, and management of information derived from space or HA and aerial layer sources. The space support area also includes space force enhancement, space control, space support and space force application, to include the design, development, and integration of components that are integral to conducting testing, assessments, or a development event. TSA Missile Defense. The global integrated missile defense support area includes all aspects of missile defense (including ballistic, non-ballistic, and cruise missiles) to include detection and characterization of air and missile threats, mission command, active defense and passive defense and attack operations. This support area also includes all aspects of global strike objectives. This support area further includes offensive operations, elimination operations, interdiction operations, active defense, passive defense, weapons of mass destruction consequence management, security cooperation and partner activities, and threat reduction cooperation. D2. TSA Enhanced Warfighter Capabilities. This area is focused on, but is not limited to, advanced technologies that have the potential to enhance current and future warfighting capabilities, addresses Army and Joint capability gaps, or provides a critical leap ahead military advantage. This TSA also includes host platforms; detection devices; counter-improvised explosive devices technology; cyber; directed energy components; advanced component technology development for high energy lasers and high power microwave systems; electronic warfare, force enhancement areas (satellite communications); surveillance and reconnaissance; position, navigation, and timing; missile warning; weather, terrain, environmental monitoring; navigation warfare; HA; electronic effect; counter-electronics; advanced materials and techniques; and energy devices. TSA Information Integration and Data Exploitation. This area is focused on, but is not limited to, data and information systems; cloud computing; mission command (command and control); communications and computers; cyberspace; data fusion, data integration, and data analysis and exploitation; big data analytics; operational analysis and assessments; artificial intelligence/machine learning; and quantum computing. ADDITIONAL INFORMATION Contract type: MAIDIQ task order contract(s). Ordering period: Minimum of five years (base) up to ten years (with one 5-year option). Task order performance period: On average three-to-five years with task order performance extending up to three years beyond the last day of an ordering period; the anticipated total period of performance for the resulting MAIDIQ contract (to include task orders) is anticipated to be 12-13 years. Contract Ceiling: Contract ceiling value has not yet been established, but estimated range of $1.9B - $2.5 billion (B) for D3I2 D1 and $1.50B - $2.05B for D3I2 D2 (note values are subject to change). Place of performance: Continental United States and Outside Continental United States locations to include contractor and Government facilities. Required security classification level: Defined at the task order level up to Top Secret with Sensitive Compartmented Information and/or higher access (as required) for contractor personnel and secure facility clearance with safeguarding for contractor facilities. INFORMATION BRIEFING TO INDUSTRY ACC-RSA will host a Procurement Acquisition Lead Time (PALT) session on Tuesday, August 15, 2023, starting at 1:00 pm CDT and ending at 3:00 pm CDT in the Bob Jones Auditorium at the Sparkman Center on Redstone Arsenal. The session will include ACC-RSA, USASMDC, U.S. Army Aviation and Missile Command, U.S. Army Program Executive Office (PEO) Aviation, PEO Missiles and Space, PEO Program Executive Office Intelligence Electronic Warfare and Sensors, and U.S. Army Combat Capabilities Development Command Aviation and Missile Center contracting and program management senior leaders. Please note that this session will be IN-PERSON event only; there will not be a virtual option for industry partners. To attend, individuals must register no later than (NLT) August 8, 2023, as a list of personnel needing access to Redstone Arsenal is required at least three days prior to the day of the event. Directions/access information to the Sparkman Center/Bob Jones Auditorium will be provided via email prior to the event. For additional information regarding the PALT session, please see the posting on the SAM.gov. For directions on how to RSVP, see the link below. https://einvitations.afit.edu/inv/anim.cfm?i=723648&k=0563410F7F5F As a part of the August 15, 2023 PALT Session, ACC-RSA and USASMDC will present a D3I2 Information Briefing to industry, which will be conducted following the conclusion of the normal PALT Session, to start at approximately 3:15 pm CDT. The purpose of the D3I2 Industry Briefing is to provide insight and updates on the following D3I2 topics: Mission; Overview; History, Current Contracts; Follow-on Requirement; Previous Engagements with Industry (Source Sought, RFIs); Acquisition Streamlining; Source Selection Process/Instructions; Source Selection Evaluation Criteria; Key D3I2 RFP Provisions and Attachments; Acquisition Schedule (Key Milestones for Industry); Way Ahead; and Conclusion. NOTE: Topics above are subject to change prior to the briefing. A copy of the briefing slides will be posted to SAM.gov at a later date, prior to the PALT session. There will be no question-and-answer sessions prior to or during the information briefing. After the industry briefing, industry may submit questions in writing NLT the close of business on August 22, 2023, to the POCs listed below. Any questions submitted after August 22, 2023 will not be acknowledged. As applicable, responses will be posted to SAM.gov. Please note it is the intent of the USG to release a D3I2 D2 draft RFP (DRFP) to industry during the first quarter of fiscal year 2024 via PIEE SM. Submittal of questions regarding the DRFP and USG responses will be posted to SAM.gov. At this time, a release date for the D3I2 D1 DRFP has not been determined. Point of contacts for this special notice are George Purpura, Contracting Officer, at george.r.purpura2.civ@army.mil, and Virginia Adkins, Contract Specialist, at virginia.m.adkins.civ@army.mil. Telephone call inquiries/questions or other inquires will not be accepted or responded to by the USG.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/572fb2ec71704f0695193780b1ed8a0a/view)
 
Record
SN06741644-F 20230712/230710230044 (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.