SOURCES SOUGHT
A -- Ballistic Missile Defense Flight Test Support
- Notice Date
- 11/7/2025 9:47:51 AM
- 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) HUNTSVILLE AL 35898 USA
- ZIP Code
- 35898
- Solicitation Number
- MDA25AB22N01
- Response Due
- 11/24/2025 7:00:00 AM
- Archive Date
- 12/09/2025
- Point of Contact
- Rusty DeSantis
- E-Mail Address
-
rusty.desantis@mail.mil
(rusty.desantis@mail.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- Purpose: The Missile Defense Agency (MDA) is conducting market research for sources to support specialized engineering technical assistance for two requirements: a. A flight test event planned in calendar year 2029: The contractor(s) will provide planning and preparation expertise, modeling and simulation (M&S) data, mission execution support, post-flight analysis and evaluation, and problem investigation specific to the production configuration of the Aegis combat system. b. A Link-16 development test event planned in calendar year 2027:The contractor will support establishing a test architecture, provide M&S data to support validation of Ballistic Missile Defense (BMD) Operation Support System, execute interoperability testing, conduct problem investigation, and provide specialized engineering assistance and solution to finalize the Interface Design Document (IDD) for implementation between a Command and Control (C2) system and shipboard combat systems. Requirements: The MDA is seeking information from qualified and capable sources to provide support to execute the following: Flight Test Support - Test Planning and Preparation: Providing comprehensive support for Aegis BMD live fire events, including: Test officer and project management support. Planning and preparation activities, including conducting and attending Test and Evaluation Working Groups (TEWGs), mission and range readiness reviews. Preparation of Test and Evaluation (T&E) management and test plans. Logistics support, including ship and shore facilities and materials, port and naval magazine services, warehouse storage, and waterfront integration testing (integration of missile, missile launcher, and weapons systems). Provision of a test team to travel on-board a vessel(s) while transiting from in-country to test ranges and facilities in and around Hawaii. Troubleshooting and correction of technical problems identified during readiness assessment, training, and execution preparation. Development and delivery of emergent loads required to achieve mission success. Mission Execution - Participating in flight test work-up events and rehearsals, and conducting ballistic missile tracking exercises and live fire events aboard a vessel including: Test officer and project engineer support. System troubleshooting and analysis. Data collection and distribution. Flight Analysis and Evaluation: Providing post-mission data analysis and evaluation services, including: Test data management. Flight test analysis. Joint analysis team support. Post-mission working groups. Data reviews. Final reporting. Link 16 Interoperability Support: Data Review: Reviewing Interface Design Documents (IDDs) provided by Government Technical Design Agency to determine compatibility with Aegis Weapon System (AWS) baseline System Testing: Provide planning, preparation, and execution support for Link 16 interoperability Hardware In the Loop (HWIL) testing scheduled in August 2027 at the production test site. and a follow-on planning and preparation of shipboard interoperability testing with the C2 System. Other Information: Contractor will be expected to provide qualified personnel capable of performing highly technical efforts, to include but not limited to, engineering, design, development, coding, integration, and test. Demonstrated performance in program and project management, to include risk management, and efficient business operations processes and practices is expected, while application of effective system and program security measures will be required. The MDA will not provide materials, training, nor the technical data package to prospective offerors. Submission Instructions: Interested parties are requested to submit a capability statement addressing the following: Company Information: Provide your company's name, address, point of contact, phone number, email address, website (if applicable), DUNS number, and CAGE code. Identify your company's business size and socio-economic category (e.g., Small Business, Service-Disabled Veteran-Owned Small Business, Woman-Owned Small Business, etc.). Technical Capability: Describe your company's experience and capabilities in providing the services described in Section 2. Specifically address your experience with: Aegis BMD systems Active Electronically Scanned Array (AESA) radars Test and Evaluation (T&E) of complex weapon systems C2BMC and/or C2 Systems Link 16 interoperability (MIL-STD-6016) Experience supporting international security cooperation programs Data analysis and reporting Logistics support for shipboard testing Past Performance: Provide a minimum of three (3) examples of similar projects performed within the past five (5) years, including contract numbers, customer names, brief descriptions of the work performed, contract values, and points of contact (name, phone number, email address). Security Clearance: Indicate the highest level of security clearance your company and personnel possess. Resources: Describe your company's ability to dedicate the necessary resources (personnel, equipment, facilities) to meet the requirements outlined in Section 2. Comments/Suggestions: Provide any comments or suggestions that may assist the Government in refining its acquisition strategy. Capability statements shall not exceed five (5) pages in length, using Times New Roman font, size 12, with one-inch margins. Submit your capability statement in Microsoft Word (.doc or .docx) or Adobe Acrobat (.pdf) format. All responses must be in electronic format and emailed to the contracting officer, Rusty DeSantis, at email: rusty.desantis@mda.mil. All responses must be received no later than November 24, 2025, 10 AM EST. Responses shall be marked as follows: �MDA-25-AB-SS-N01.� Responses shall be in typed format, font style Times New Roman, no smaller than 12 point font. No telephone inquiries will be accepted. Disclaimer: This Sources Sought Notice is for informational and planning purposes only and does not constitute a solicitation. The Government does not intend to award a contract based on this notice. The Government will not pay for any information submitted in response to this notice. All information received will be treated as proprietary and used for market research purposes only. Respondents will not be notified of the results of the market research. DISTRIBUTION STATEMENT A. Approved for public release; distribution is unlimited. Approved for Public Release 25-MDA-12254 (29 Oct 25)
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/fd6eb9bba1c04ed69cf32c6a19d1186b/view)
- Place of Performance
- Address: Dahlgren, VA 22448, USA
- Zip Code: 22448
- Country: USA
- Zip Code: 22448
- Record
- SN07638537-F 20251109/251107230040 (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 |