Missile Defense Agency (MDA) AN/TPY-2 Radar Program Request for Information

expired opportunity(Expired)
From: Federal Government(Federal)
HQ0147-19-SN-0001

Basic Details

started - 15 Mar, 2019 (about 5 years ago)

Start Date

15 Mar, 2019 (about 5 years ago)
due - 15 Apr, 2019 (about 5 years ago)

Due Date

15 Apr, 2019 (about 5 years ago)
Bid Notification

Type

Bid Notification
HQ0147-19-SN-0001

Identifier

HQ0147-19-SN-0001
Other Defense Agencies

Customer / Agency

DEPT OF DEFENSE (709598)MISSILE DEFENSE AGENCY (MDA) (573)MISSILE DEFENSE AGENCY (MDA) (573)
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Reference Number: HQ0147-19-SN-0001Agency: Other Defense AgenciesOffice: Missile Defense AgencyLocation: MDA-SNADISTRIBUTION STATEMENT A. Approved for public release; distribution is unlimited.Approved for Public Release 19-MDA-9936 (26 Feb 19)Description: The Missile Defense Agency's Sensors Directorate (MDA/SN) is conducting market research to determine industry interest and capability to meet requirements for its Army Navy/Transportable Radar Surveillance (AN/TPY-2).The requirements include Radar Software and Hardware Development, Operations and Sustainment (O&S), Modeling and Simulation (M&S), Engineering Services, and Test Planning, Execution and Analysis. The requirements also include the possible production of one or more AN/TPY-2 radars. Future AN/TPY-2 requirements may be for stand-alone radars, or for radars that are integrated with the Terminal High Altitude Air Defense (THAAD) system. Potential requirements include associated production of additional AN/TPY-2 components,
spares, and fleet refurbishment activity. MDA will utilize responses received to develop acquisition strategy alternatives that may include competing all or portions of AN/TPY-2 radar future work for the United States and various Foreign Military Sales (FMS) customers. With the exception of production, which is based on required quantities and delivery dates, MDA/SN anticipates contracting for future work for period(s) of performance of up to ten years, depending on final approved contract strategy.The Government does not intend to award a contract on the basis of this Request for Information (RFI). Any response will be treated as information only and shall not be used as a proposal. Replies will be separated from, and have no bearing on, evaluation of proposals submitted in response to any future formal Request for Proposal. Information received in response to this request may be used by the MDA for acquisition planning and solicitation preparation activities. Eligibility in participating in a future acquisition does not depend upon a response to this notice. MDA will not critique the responses to this notice. MDA does not intend to pay for the information solicited and will not reimburse any costs associated with responding to this RFI.Proprietary information is neither sought nor desired by MDA. If such information is submitted, it must clearly be marked "proprietary" on every sheet containing such information, and the proprietary information must be segregated to the maximum extent practicable from other portions of the response (e.g., use an attachment or exhibit). Respondents are responsible for adequately marking propriety information contained in their response. The Government 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 the Government. A submission of a response to this RFI constitutes the respondent'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.AN/TPY-2 Radar Major Requirement Area Descriptions:DevelopmentAN/TPY-2 software upgradeso Open architecture to affordably accommodate integration of 3rd party algorithmso Modular designo Debris mitigationo Fault toleranceo Software security upgradeResolve hardware obsolescence issueso Receiver/Exciter (REX) items to include power meter, hardware controller, direct distributed converter, frequency divider, and narrow band up-convertero X86 server obsolescenceo GaN transmit/receive module transition to productionSystems engineering to support software, software databases, and hardware upgrades including new functionality and evolving threats. Systems engineering includes configuration management, requirements analysis, and requirements verification. Systems engineering support is also required to:o Support radar system integration and test with the THAAD weapon system at the prime contractor's System Integration Laboratory (SIL) for development and flight test activitieso Support radar software Independent Verification and Validation (IV&V) at the Government's Software Engineering Directorate (SED)Operations and Sustainment (O&S)AN/TPY-2 Radar Operations and Maintenanceo Warfighter Training Support in Continental U.S. (CONUS)o Warfighter Training Support at location (s) outside Continental U.S. (OCONUS)o Software and Hardware Maintenanceo Digital and Analog Simulationso Preventive Maintenance Checks & Services (PMCS)AN/TPY-2 Radar Logistics Supporto Site Studieso Line Replaceable Unit (LRU) Repair and Returno Inventory Control and Managemento Spares Managemento Logistics Operations Training Development and Delivery for soldiers and contractor personnel Subcontractor/Vendor Management World-wide deployment, transportation coordination, set-up, and tear-down of the AN/TPY-2 Radar fleet (both forward-based and THAAD radars)o Implementation of 3-level maintenance Allocation of existing 2-level maintenance tasks to 3-levels All support equipment required for 3 levels of maintenance Transition of maintenance tasks from existing Contractor Logistics Support (CLS)      personnel to soldiers or foreign customer personnelAN/TPY-2 Sustaining Engineeringo Engineering Studieso Sustainment of legacy Software Buildso Failure Review and Corrective Action System (FRACAS)o Mission Assurance/Quality Auditso Obsolescence Management Obsolescence forecasting Obsolescence mitigation recommendations Obsolescence redesigns as required Fleet retrofits as requiredAN/TPY-2 Integration, Transition, and Transfero Meeting and Documentation SupportModeling and Simulation (M&S)o Development, maintenance, and verification of real time and non-real time models and hardware-in-the-loop radar driverso Developed models should accurately represent complex radar scenes of multiple objects and scatterers to include environments such as rain and intercept debris. Models should be integrated into interoperable frameworks such as the BMDS Objective Simulation Framework (OSF)o Support for performance assessment eventso Support for wargames and exercises planning, execution, and analysis for AN/TPY-2. MDA/SN anticipates the following types of support:Small Event Support (estimate six or more): Subject Matter Expert (SME) support usually in a Question/Answer role during pre-event meetings or set-up, may participate or be on-call during execution and be in an advisory capacity for post-event analysisMedium Event Support (estimate four events): SME support that offers moderate pre-event analysis, supports a few technical meetings, provides positional oversight during execution and a moderate level of post-event analysisLarge Event Support (estimate two or more events): SME support in extensive pre-event analysis support all or most technical meetings, provides positional support during execution and diverse post-event analysisEngineering ServicesEngineering support for all AN/TPY-2 radars to facilitate maintenance efforts which may include but are not limited to trade studies, hardware obsolescence studies, hardware redesign, technology insertion, and refurbishment effortsTest Planning, Execution, and AnalysisPlanning, execution, and analysis of BMDS test requirements in accordance with the MDA Integrated Master Test Plan (IMTP).o Pre-test planning and analysiso Electro Magnetic Interference (EMI) Analysiso Test executiono Post-test analysis and reportingo Operation and maintenance of hardware-in-the-loop strings and associated equipmentRadar element level testing and pairwise testing with THAADProductionManufacturing of one or more AN/TPY-2 Radarso Antenna Equipment Unit (AEU) - one per radaro Electronic Equipment Unit (EEU) - one per radaro Cooling Equipment Unit (CEU) - one per radaro Prime Power Unit (PPU) - two per radarInstallation Kit of Electronic Equipment (IKEE)Spares for radar componentsPower distribution equipment and systems for radars deployed in forward-based configurations (requirements vary by location)Radar Support Trailers (RST)o The RST provides the forward-based AN/TPY-2 Radars a remote site operations center which directly interfaces with the EEU.Fleet refurbishment activityNote: Manufacturers of the AN/TPY-2 Radar are required to complete the MDA/Quality Production Readiness Validation process prior to production.Instructions for Submissions:Respondents to this RFI are invited to prepare and submit responses, no later than April 15, 2019. The Government does not intend to extend this due date. Responses should include the following:1. Executive Summary (not to exceed 5 pages or slides, excluding 1.d. below) that includes:a. A summary matrix indicating interest in competing for one or more requirement area listed above.b. Indication if the respondent possesses a facility clearance and to what level.c. Descriptive Data:i. Company Nameii. Specify if US or foreign ownediii. Point of Contact (POC)iv. POC Addressv. POC Telephone and Fax Numbersvi. POC e-mail Addressvii. DUNS Numberviii. CAGE Code and/or Tax ID Numberix. Business Size Standard and applicable NAICS codesx. Socio-economic Category, if applicable (e.g. woman-owned small business, HUBZone small business; etc.)d. Indicate whether Government Furnished technical data would be required in order to facilitate the execution of the capabilities identified in response to this RFI. List and describe this data (does not count toward page limit for Executive Summary)e. Small businesses are encouraged to respond to this request for information for those areas of the listed requirements in which they have an interest2. For each major requirement area identified above in which the respondent expresses capability/interest, submit:a. White paper (not to exceed 20 pages) that discusses capabilities, recommended alternatives, associated non-recurring engineering costs, and associated risks and mitigation strategies. Note: Risk mitigation strategies should address:i. Production of AN/TPY-2 Radar system components.ii. Maintenance and repair of weapon system components and facilities.iii. Mitigation of the learning curve impacts (trained personnel, maintenance, and situational awareness, etc.) on maintenance and operations during transition following award of a contract.iv. Open, non-proprietary, modular, re-architecture, and maximum re-use and application of existing technologies (hardware and software), designs, and production lines where economies of scale can be applied to minimize acquisition costs and enable future competition.v. The technical risks inherent in manufacturing processes.vi. The technical cost drivers for development and life cycle cost, and opportunities to reduce the Total Ownership Costs. Identify the contractor's ability to achieve sustainment cost savings though a Performance Based Logistics construct.vii. Description of contractors experience with development, implementation, and management of a product support strategy while applying life cycle management principles.viii. Provide Rough Order of Magnitude cost for the proposed concept, to include estimated breakout of development, O&S, M&S, engineering services, and test planning, execution and analysis.b. A capability brief discussing (not to exceed 30 slides) the respondent's capabilities to perform the requirement area(s) identified above and relevant experience. The brief should include:i. A schedule estimate highlighting initial capability delivery/availability.ii. Description of relevant production and integration capabilities.iii. If your response addresses a subset of a requirement area identified above versus the entire area, you should also address how your approach would avoid seams/gaps.iv. Description of any experience with MDA Mission Assurance Provisions (MAP) and Parts, Materials and Processes (PMP) compliance.v. Description of any experience with configuration management processes and tools during development, production, and O&S.vi. Identification of any software Capability Maturity Model Integration (CMMI) designationsvii. Technology Readiness Level and Manufacturing Readiness Level of recommended technologies, manufacturing processes and designs.viii. Ease of integration into the current X-Band radars and the BMDS.ix. If responding as a team, describe the team's probable membership, organization, and approach.3. Data Requirements: Provide a detailed list (page limit is as required) and description of documentation requirements for a technical library to support your development of a future competitive proposal, organized by requirements area identified above, should MDA compete any or all of these requirements. No Government information will be supplied in conjunction with this Sources Sought.Small businesses are encouraged to respond to this request for information for those areas of the listed requirement in which they have an interest. Responsible small businesses responding to this RFI must demonstrate an approach for complying with the Limitations on Subcontracting (Deviation 2019-O0003) 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 NAICS 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.Questions regarding this announcement shall be submitted in writing by e-mail to the Contracting Officer. Submit all questions no later than March 22, 2019. Although the Government will attempt to answer all questions submitted, the Government is under no obligation to answer any questions submitted after March 22, 2019. Verbal questions will NOT be accepted.Contracting Office Address:Missile Defense Agency, MDA/CTZBuilding 5224, Martin Rd, Attn: VBIIIRedstone Arsenal, AL, 35898, UNITED STATESPoint of Contact: Melody Thurmond, Procuring Contracting Officer, Sensors ContractsEmail: melody.thurmond@mda.mil  

CTR - SensorsLocation

Address: CTR - Sensors

Country : United StatesState : Ohio

Classification

NAISC: 334511 GSA CLASS CODE: 14
naicsCode 334511Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
pscCode 14Guided Missile Systems, Complete