The RFP Database
New business relationships start here

Operation and Maintenance of MDA Owned Sensor and Communications Instrumentation


Alabama, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

DESCRIPTION

This is a Request for Information (RFI) only, and does not constitute a Request for Proposal (RFP) or any type of commitment by the Missile Defense Agency (MDA). The MDA, Directorate for Test (DT) is conducting market research in accordance with Federal Acquisition Regulation (FAR) Part 10 to determine the interest and capability of potential sources to operate and maintain MDA owned instrumentation consisting of the X-band Transportable Radar (XTR), Flight Test Communications Network (FTCN) and Pacific Collector Range Safety System (PCRSS), and to support cybersecurity compliance of these and other DT Flight Test Systems in accordance with DoD instructions 8500.01 and 8510.01. The attached five fact sheets provide more information about the MDA owned instrumentation.


Interested respondents will require facility operation with clearances of no less than "SECRET", within a minimum of "SECRET" safeguarding and all employees will be citizens of the U.S. or lawful permanent residents. All XTR operators and a few key personnel with PCRSS and FTCN will require "TOP SECRET" clearances.


This RFI is intended to help MDA make informed acquisition decisions to:


1. Assess the current marketplace and existing industry capabilities to satisfy the MDA requirements.


2. Obtain recommendations from industry on the acquisition strategies and contractual approaches that are most appropriate to satisfy the MDA requirements.


3. Identify and mitigate any potential barriers to competition.


4. Determine industry data/information needs to support proposal preparations.


5. Identify areas that could be set-aside for small business.


Participation in this RFI is strictly voluntary. Information submitted by respondents may be used by MDA for planning purposes in support of a future RFP. Responses will not be construed as an offer and will not be accepted by MDA to form a binding contract. Responses should be complete and informative, and should clearly demonstrate competencies and expertise in managing, executing, and delivering the contemplated support. MDA will not accept any responses which include classified information.


BACKGROUND


The required instrumentation and cybersecurity support is currently being performed under two separate contracts administered by the Naval Air Warfare Center Weapons Division (NAWCWD). The current contracts support NAWCWD in its role as Executing Agent for the MDA programs. MDA plans to combine the efforts being performed under the two existing contracts, and award a new integrated contract to be executed by MDA.


REQUIREMENTS SCOPE


In support of Ballistic Missile Defense System (BMDS) flight tests, MDA requires industry information on the following requirements:


1. MDA requires operation and maintenance of the MDA-owned instrumentation systems (XTR, PCRSS, and FTCN) as part of the BMDS flight test operations at DoD test ranges, U.S. Government-owned facilities, commercial facilities, and other Government-designated test sites and installations in the U.S., U.S. Territories, or any of the Unified Combatant Commands such as United States Pacific Command (USPACOM).


a) FTCN is a distributed system with assets at several DoD test ranges and Huntsville, Alabama. See fact sheet for additional information (attachment #3).


b) XTR and PCRSS are ship based assets that require contractor personnel to operate and maintain. See fact sheet for additional information (attachments # 2 & 5).


2. The services include parts and equipment inventory management, small item and mission consumables purchasing.


3. The cybersecurity effort includes conduct of Certification and Accreditation activities to obtain and maintain enclave Authorization to Operate.


4. This effort specifically covers the development and maintenance of Risk Management Framework accreditation packages for the PCRSS, XTR, FTCN, the Transportable Telemetry Systems (TTS), and the Early Launch Tracking System.


5. Also covered are the associated tasks involved with Directorate of Test Information System Security Manager coordination and Computer Network Defense reporting.


SUBMISSION REQUIREMENTS


Interested parties are requested to provide an information package in a Microsoft Word and a searchable Portable Document Format "PDF" delivered to the MDA Contracting Officer at Robert.Kuczenski@mda.mil. The information package shall consist of the following:


1. Capabilities Paper. The Capabilities Paper should describe the company's corporate experience and/or relevancy in the areas described in the requirements scope. The Capabilities Paper must not be longer than 10 pages, single-spaced, minimum 12-point Times New Roman. It may include a Table of Contents, List of Tables/Figures, and Acronyms List, which will not count against the 10 page limitation. Do not submit generic corporate marketing materials for this RFI; any such materials will not be reviewed by MDA.


2. Programmatic Response Paper. The Programmatic Response Paper should not be longer than 10 pages, single-spaced, minimum 12-point Times New Roman, and should address the following issues/questions:


a) Include 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.). Indicate whether your company currently has a General Services Administration schedule to support this effort, the schedule number, and any special item numbers associated with the schedule. Respondents and/or Prospective Offerors and its subcontractors/suppliers must be U.S. firms/businesses and not foreign owned, controlled, or influenced.


b) 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.?


c) What is your recommendation for the contract type, fee structure (with proposed metrics), and general contract line item number structure?


d) MDA does not intend to limit either the number or types of teaming arrangements entered into by the potential offerors (i.e., any given contractor could propose as a prime contractor as well as participate as a subcontractor on one or more other proposing teams). Further, MDA does not intend to impose any restrictions on team membership after award. What teaming arrangements would you contemplate?


e) What are the potential barriers to competition for this effort? 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 MDA requirements. If yes, does this preclude your corporation/company from competing for future MDA contract actions as a prime or otherwise limit your participation as a subcontractor?


f) If MDA decides to issue a formal solicitation (RFP) for this effort, what is the minimum length of time necessary to prepare a proposal?


g) Describe the type of documentation and information requirements you would need in a technical library to support your development of a competitive proposal and the execution of the contract if awarded to your company or team.


h) Describe how your contract change order process has been used on other similar programs to expedite contract actions and provide agility and flexibility and drive down costs.


i) Does your company have an approved Government accounting system? Provide examples of how you applied effective cost control measures to achieve cost savings and results on similar efforts.


j) 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 MDA programs 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?


k) What are the risks of managing multiple subcontractors/suppliers, and how have you mitigated this risk in the past?


l) Identify your company's quality assurance and mission assurance standards and software maturity levels. What is your methodology for parts selection and qualification testing and your processes and capabilities to comply with Supply Chain Risk Management requirements?


m) Outside of the clause listed at FAR 52.203-6, Restriction on Subcontractor Sales to the Government (Sep 2006), will your corporation/company assert any rights otherwise authorized by law or regulation that would prohibit or restrict a subcontractor's ability to sell a MDA related product or service directly to the government? If yes, please explain.


n) Notify MDA if you have a DD Form 254 with MDA contracts or with another Government Agency. Please provide your Facility Security Officer information, contact number, and a point of contact.


3. To meet DoD cybersecurity requirements, the following DFARS clauses will be applied to a potential contract: 252.204-7009, 252.204-7012, 252.204-7014, and 252.239-7010.


4. Responsible small businesses responding to this RFI are expected to demonstrate compliance with the Limitations on Subcontracting Clause of FAR 52.219-14 by articulating the portions of work that the small business intends to perform as well as articulate the portions that subcontractors or teaming partners (if applicable) will perform. Responses must include business size and business socio-economic category of all subcontractors or teaming partners identified to perform work associated with the North American Industry Classification System applicable to the requirements of this acquisition. The prime small business responding to this RFI must include their past experience in managing subcontractors on similar requirements, and include subcontractor or teaming partners past experience applicable to requirements specified in this RFI.


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 in response to 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 handled in accordance with FAR Part 15.201.


ADDITIONAL INSTRUCTIONS


Address all questions concerning this RFI in writing via e-mail to the Contracting Officer, Mr. Robert Kuczenski, Robert.Kuczenski@mda.mil. The Contracting Officer is the primary Government point-of-contact for this RFI.


Please note that this is not a request for competitive proposals; however, all responsible sources who believe they can meet the requirements are encouraged to submit a capability statement demonstrating the ability to comply with the above-stated requirements, NLT 15 Business Days from this posting, electronically to Robert.Kuczenski@mda.mil . MDA will not issue paper copies of this request.


No extensions will be granted. All submitted information will be handled in accordance with duly applied markings. MDA will not accept any responses which include classified information.


Industry is encouraged to respond with information not constrained by proprietary data rights. If proprietary data is included in the reply, then the respondent is responsible for appropriate markings. Respondents are responsible for adequately marking proprietary information contained in their response 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. Appropriate non-disclosure agreements have been executed between the non-Government support personnel and the Government personnel, 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 non-Government support personnel.


Attachments:
1. ELTS Fact Sheet
2. PCRSS & TTS-1 Fact Sheet
3. Test Communications Fact Sheet
4. TTS-3, -4, & -5 Fact Sheet
5. XTR-1 & TTS-2 Fact Sheet


Robert D. Kuczenski, Contracting Officer, Phone 2564501557, Email robert.kuczenski@mda.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP