The RFP Database
New business relationships start here

Sources Sought Announcement for a Bailment Agreement for Additional Interceptors to Participate in the Indirect Fire Protection Capability Increment 2 - Intercept (IFPC Inc 2-I) Engineering Demonstration


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

Sources Sought Announcement for a Bailment Agreement for Additional Interceptors to Participate in the Indirect Fire Protection Capability Increment 2 - Intercept (IFPC Inc 2-I) Engineering Demonstration

Market Survey to support Project Manager, Cruise Missile Defense Systems (CMDS)

This is a sources sought announcement (SSA) for parties interested in participating in a bailment agreement with the IFPC Inc 2-I Product Office, CMDS Project Office. The CMDS Project Office is soliciting parties interested in providing an interceptor to launch from the Multi-Mission Launcher (MML) during the IFPC Inc 2-I Engineering Demonstration (ED) in March 2016. Interested candidates should be able to meet the requirements listed below. Potential participants will be vetted for eligibility regarding the ability to fully integrate in accordance with the Tri-Services Guidance. The USG reserves the right to terminate a bailment agreement at any time if it is determined through continued USG analysis that the interceptor will not meet all requirements.

The USG will not pay for information received or equipment used by the contractor. The USG will provide certain Government-Furnished Equipment (GFE), Government-Furnished Information (GFI), test range time/access, and resulting test analysis. Responses to this notice will be used to form a bailment agreement with each party that meets the requirements. Any information provided will be protected in accordance with the document markings. Any potential release of respondents' information to other Government agencies will be coordinated with the vendor prior to release.

IFPC INC 2-I PROGRAM OVERVIEW:

The IFPC Inc 2-I is a mobile ground-based weapon system designed to defeat
unmanned aircraft systems (UAS), cruise missiles (CM), and rocket, artillery, and mortar (RAM) projectiles. The system provides 360-degree protection with the ability to engage simultaneous threats arriving from different azimuths. A Block acquisition approach will be used to provide this capability. Block 1 will use an existing interceptor and sensor, and will develop a MML on an existing vehicle platform to support the counter-UAS and CM defense mission. The MML will use an open architecture that allows a variety of missiles to be employed. Block 2 will integrate additional interceptor(s), and new or modified sensor(s) to support the Counter-RAM mission. Block 3 adds the capability for extended range engagements against UAS and CM to create an area defense system. This Block will potentially allow for other technology insertions (i.e., directed energy, rail gun). The system will use the Army Integrated Air and Missile Defense open systems architecture, and will use the Integrated Air and Missile Defense (IAMD) Battle Command System (IBCS) as its mission command component.

IFPC Inc 2-I Attributes

Fire Control Sensor (FCS): The FCS for IFPC Inc 2-I Block 1 will be the Sentinel radar in its current configuration. The Sentinel radar is already fielded and will be organic to IFPC Inc 2-I Block 1 platoons. The FCS's primary purpose is to provide 360 coverage to detect, possibly identify, and generate precision track information for given threats.

C2 Node: The IFPC Inc 2-I system will be capable of integrating into the IAMD network.

Launcher: The MML will launch interceptors to meet threshold IFPC Inc 2-I CM Defense and Counter-UAS requirements for Block 1. The MML provides a common launcher for current and future interceptors through the Modular Open Systems Architecture. The MML design will allow for multiple missiles of different types to be hosted simultaneously. The MML design will be capable of supporting an AIM-9X class interceptor which is the design reference missile for the IFPC Inc 2-I program. The MML will use common interfaces to interface with multiple interceptor types.

The MML will communicate with the Command and Control (C2) node for sensor and interceptor engagement coordination. The MML will also provide system health and status data to external users through the C2 node. The IFPC Inc 2-I MML will accept targeting commands from the C2 node and will prosecute the engagement using the MML Fire Control, interceptor, and sensors. The MML will include an MML executive software. The MML Executive will be composed of several Computer Software Configuration Items to communicate with the C2 node, receive and execute engagements, and perform maintenance and training. The MML Executive will control many of the MML Hardware Configuration Items. The MML will host multiple interceptor vendor software applications on a single removable Solid State Drive. Software for each interceptor will be dynamically loaded on a dedicated, separate Weapon Interface Controller (WIC) during MML system initialization. The MML will be capable of hosting up to six WICs.

Interceptor: The interceptor is the system's kill vehicle. It is integrated using a Modular Open Systems Architecture (e.g., common tube design, MIL-STD-1760 interface, plug and fight WIC). The WIC and Engagement Calculator (EC) software will be provided by each interceptor vendor to comply with predefined common software, electrical, and mechanical Interface Control Documents. The WIC will be a plug and fight single board computer, which will perform the following functions:

a.    Control interceptor states and modes.
b.    Issue engagement commands to the interceptor required to conduct engagement operations.
c.    Monitor and report interceptor status while on the launcher.
d.    Support fire control functions at the launcher.
e.    Provide interceptor-specific data used by MML fire control functions.
f.    Generate uplink commands as required by the interceptor type.

IFPC INC 2-I ENGINEERING DEMONSTRATION OVERVIEW

Interested parties will be provided the opportunity to launch their interceptor from the MML during the IFPC Inc 2-I ED in March 2016. There are four levels of integration available to interested parties:

Level 1 -Interceptor firing by integration with the MML Launch Tube through the mechanical interface and a vendor-provided external firing set. This firing may be a Ballistic Test Vehicle (BTV), a Controlled Test Vehicle (CTV), or a Guided Test Vehicle (GTV).

Level 2 - An Interceptor integrated with the MML Launch Tube through the mechanical and electrical interfaces, with an integrated WIC in the Weapons Interface Unit (WIU) and a vendor-provided external firing set. This firing may be a BTV, a CTV, or a GTV.

Level 2A - An Interceptor integrated with the MML Launch Tube through the mechanical and electrical interfaces, with an integrated WIC in the WIU and an integrated EC in the EOC. A USG and vendor agreed-upon minimum functionality in the WIC and EC will be required to prepare and fire the vendor's interceptor. This firing, using the WIC and EC, may be a BTV, a CTV, or a GTV for a Lock-on-before-Launch (LOBL) or short-range Lock-on-After-Launch (LOAL).

Level 3 - Fully integrated missile with the MML Launch Tube through the mechanical and electrical interfaces, an integrated WIC in the WIU and an integrated EC in the EOC. This firing, using the WIC and EC, may be a BTV, a CTV, or a GTV for a LOBL or LOAL.

The vendor may choose to participate in the ED event at Level 1, 2, 2A, or 3.

IFPC INC 2-I INTERCEPTOR REQUIREMENTS FOR ENGINEERING DEMONSTRATION

The vendor must provide the following as a part of their request to enter into a bailment agreement for the Engineering Demonstration unless otherwise stated:

1. The vendor needs to state what level of integration (defined in the IFPC Inc 2-I ED Overview section above) they plan to perform for the ED.

2. The vendor must agree to sign Non-Disclosure Agreements with all other vendors participating with IFPC Inc 2-I.

3. The vendor must state their requirements for a target, sensors, designators, illuminators, instrumentation, data links and any other external devices in addition to those listed in the IFPC Inc 2-I attributes previously mentioned. Any items not on the GFE list must be provided by the vendor.

4. The vendor must provide Hazard Analysis to the IFPC Inc 2-I Product Office.

5. The vendor must provide plume characteristics for the proposed missile.

6. The vendor must submit a complete supply chain including all components for their system.

7. The vendor must identify any sensitive hardware to be recovered after the test event.

8. The vendor must provide a copy of the interceptor security classification guide.

9. The vendor must participate as required in the weekly integration/test planning meetings.

10. The vendor must attend at least one planning meeting at the range prior to each test event.

11. The vendor must meet all of the following Cybersecurity and information assurance requirements by 15 June 2015:

    a. Support Cybersecurity certification and accreditation in accordance with DoD Instruction 8510.01: Risk Management Framework for DoD Information Technology.
    b. Deliver all products in compliance with applicable Department of Defense Information Assurance (IA) requirements, to include DoD Directive 5200.1-R, DoD Directive 8500.01E, DoD Instruction 8500.2, DoD Instruction 8510.01, DoD Directive 8570.01, DoD Instruction 8580.1, and DoD Instruction 8551.1.
    c. Deliver all products in compliance with applicable U.S. Army IA requirements to include specifically, AR 25-2 and US Army Best Business Practices.
    d. Implement National Security Agency Guides and Defense Information Systems Agency Security Technical Information Guides that correspond to the hardware and software installed.
    e. Meet U.S. Army Information Assurance Vulnerability Management requirements and anti-virus updates at the time of release.

12. In order to participate in Level 2, Level 2A, or Level 3 of integration the vendor must provide a missile emulator, if available, for end-to-end testing in the Systems of Systems Integration Lab (SoSIL) by 15 June 2015. The missile emulator should, at minimum, have the functionality to receive and respond to stimulus from the MML.

13. The vendor must provide a simulation of their interceptor with sufficient fidelity to allow the USG to conduct monte-carlo performance analysis evaluation; including seeker, tracker, and guidance performance with the capability to modify parameters associated with targets and environmental conditions. Source code is required for USG evaluation. The vendor shall provide specifics on hardware/software/Operating System requirements for their simulation. Example input and output data files are required to allow the USG to confirm the execution of the simulation and allow for verification of results. An up-to-date simulation user's manual must also be delivered. If the vendor chooses to perform a Level 3 fully integrated shot at ED, the vendor must provide their interceptor simulation models by 15 June 2015. All other simulations for Levels 1, 2, and 2A required to assess interceptor performance are due 15 July 2015.

14. In order to participate in Level 2, Level 2A, or Level 3 integration the vendor must provide Interceptor WIC and EC capability Engineering Release software on 15 June 2015 and Interceptor WIC and EC Final Build software on 14 August 2015.

15. The vendor must provide all range required documentation for their interceptor. For participation in the ED, the vendor must submit initial range required documentation on 15 June 2015 and final submission NLT 15 October 2015. Documentation includes, but is not limited to: all operational frequencies, flight termination system description, safety danger zone, and others as required.

16. The vendor must provide required documentation for and support development of the IFPC Inc 2-I test plan(s). Vendor test objectives must fall within the scope of the Government ED test. Additional vendor test objectives must be approved by the Government. Each vendor is responsible for costs and other resources to support tests which extend beyond the scope of the IFPC Inc 2-I USG test.

17. The vendor must provide a copy of all mission data collected to the IFPC Inc 2-I Product Office on the day of the test. The vendor will support pre-test predictions and post-test analysis efforts led by the Government. The vendor will provide a final report summarizing the test data and results within 30 calendar days of the test event.


Specific requirements the proposed missile must meet or have the potential to meet:

1. The IFPC Inc 2-I Block 1 or future engagement requirements.

2. The proposed missile must support an open system architecture.

3. The vendor must comply with DoD Manual 5200.01 Volumes 1-4, Army Regulation 380-5, and the IFPC Inc 2-I Security Classification Guide while performing work in conjunction with this bailment agreement.



GOVERNMENT FURNISHED EQUIPMENT, PROPERTY AND INFORMATION FOR THE IFPC INC 2-I ENGINEERING DEMONSTRATION

The following documentation is available upon request (IAW limitations of ITAR and Arms Export Control Act restrictions). Send document requests to the POC listed in the response instructions.

1. MML Tube/Rail Interface Control Document (ICD)

2. MML Message ICD

3. EC ICD

4. Pro E Model of the MML tube

5. IFPC Inc 2-I Block 1 Engagement Requirements

6. IFPC Inc 2-I Program Overview Briefing and Information Paper

7. IFPC Inc 2-I Security Classification Guide

Other Available GFE, GFP, and GFI:

1. Access to the MML Launch Tube

2. Access to the Government SoSIL as requested and available.

3. Range time during the ED

4. UAS Target support for ED

5. The USG will provide USG generated modeling and simulation results for the vendor's missile.

6. The USG will provide a copy of vendor specific test data collected during the test event for the missile vendor.

7. The Government will fund an Explosive Ordnance Disposal team to attempt retrieval of any specified sensitive hardware from the test range following the ED.

8. Items listed in IFPC Inc 2-I attributes section will be available at the range during the ED.



DATA COLLECTION AND SUBMISSION FROM THE ENGINEERING DEMONSTRATION

1.    Data and reports required to support reviews and range requirements must be provided to the IFPC Inc 2-I Product Office 15 working days prior to each review.

2.    All telemetry and test data collected must be provided to the IFPC Inc 2-I Product Office on the day of the test.

3.    All tools required to evaluate telemetry and test data and documentation to accompany vendor tools must be provided to the IFPC Inc 2-I Product Office 60 calendar days prior to test event.

4.    Vendor provided instrumentation data of launcher dynamics, missile tip-off effects, etc, must be provided to the IFPC Inc 2-I Product Office on the day of the test.

5.    Tools to evaluate/analyze the launcher dynamics, missile tip-off effects, etc. data must be provided to the IFPC Inc 2-I Product Office 60 calendar days prior to test event.

6.    Vendor recorded video of launch event(s) must be provided to the IFPC Inc 2-I Product Office within 5 working days.


RESPONSE INSTRUCTIONS

Interceptor candidate responses shall be provided in whitepaper format. The information is requested in the form of unclassified, electronic Microsoft Word files (1 file per response, less than eight megabytes) attached to your email transmittal. If responses are classified, mail them to the address provided below. The file name should contain the responder's name (e.g., IFPC Inc 2-I Part 1 - Concept - XYZ Corp). If there are multiple responses provided by the same responder, unique file names shall be provided. Whitepapers submitted in response to this SSA are limited to 30 pages, single-spaced, 11 font, Times New Roman, 1 inch margins, with embedded figures (if used) in Microsoft Word.

The whitepapers will be reviewed by USG personnel and their support contractors. All information provided will be adequately protected. Any proprietary information must be identified. To be reviewed, the statement quote mark Releasable to USG Agencies and their supporting Contractors for Review Only quote mark must accompany any proprietary submission. The USG reserves the right to request further clarification to enhance understanding of the respondent's submittal.

Responses are due 30 days after the release of this SSA. Responses shall be delivered via mail or e-mail. For e-mail, send to Alisha King at Alisha.r.king.civ@mail.mil. A return e-mail will confirm your submission was received. For mail, send to the CMDS Project Office, SFAE-MSLS-CMDS-BMD ATTN: Whitney Stephens, Building 5250 Martin Road, Redstone Arsenal, AL 35898. For classified submissions the inner envelope address is CMDS Project Office, ATTN: Whitney Stephens, Bldg 5250 Redstone Arsenal, AL 35898. For the outer envelope please use CMDS Project Office, ATTN: Security, Bldg 5250 Redstone Arsenal, AL 35898.


Alisha King, 256-955-6155

ACC-RSA - (Missile)

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP