Seeking Interested Sources With Capability To Provide A Second Interceptor to the Indirect Fire Protection Capability Increment 2 (IFPC Inc 2) Program

expired opportunity(Expired)
From: Federal Government(Federal)
PANRSA-23-P-0000_003816

Basic Details

started - 08 Feb, 2023 (14 months ago)

Start Date

08 Feb, 2023 (14 months ago)
due - 27 Feb, 2023 (13 months ago)

Due Date

27 Feb, 2023 (13 months ago)
Bid Notification

Type

Bid Notification
PANRSA-23-P-0000_003816

Identifier

PANRSA-23-P-0000_003816
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (705762)DEPT OF THE ARMY (132650)AMC (72439)ACC (74806)ACC-CTRS (32806)ACC RSA (5240)W6QK ACC-RSA (3543)

Attachments (1)

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.

REQUEST FOR INFORMATION: SOURCES SOUGHT SYNOPSIS The US Army Program Executive Office, Missiles and Space, Project Manager, Short and Intermediate Effectors for Layered Defense (SHIELD) is conducting research to identify potential interested sources with the capability to provide a second interceptor to the Indirect Fire Protection Capability Increment 2 (IFPC Inc 2) program. The IFPC Inc 2 system provides tiered and layered effectors to provide 360 degree protection against unmanned aircraft systems (UAS), subsonic and supersonic cruise missiles (CM), and large caliber rocket threats to fixed and semi-fixed sites. The new interceptor will utilize an open system architecture approach to establish lethal kinetic effects against select targets within the IFPC Inc 2 threat set, specifically supersonic cruise missiles and large caliber rockets. The new interceptor requires future capability growth with minimal levels of system redesign to address objective level threat sets. Pursuant to
Federal Acquisition Regulation (FAR) 15.2, this notice is being issued as a REQUEST FOR INFORMATION. In accordance with FAR 15.201(e), responses to this notice are not an offer and cannot be accepted by the Government to form a binding contract. No contract award is intended as a result of this request. THIS IS A REQUEST FOR INFORMATION ONLY. This Request for Information (RFI) is issued solely for information and planning purposes – it does not constitute a Request for Proposal or a promise to issue a Request for Proposal in the future. This RFI does not commit the Government to contract for any supply or service whatsoever. The Government Point of Contact (POC) is Ms. Jill Freeman, US Army Contracting Command-Redstone, Attn: CCAM-LTC, Redstone Arsenal, AL 35898, and can be contacted via e-mail: jill.g.freeman.civ@army.mil. Email only, no phone calls. Per FAR 52.215-3, Request for Information or Solicitation for Planning Purposes:The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, bid and proposal costs, of the FAR.Although “proposed”, "proposal", and "offeror" may be used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal.This solicitation is issued for the purpose of acquiring information to procure a 2nd interceptor for the IFPC Inc 2 program. The Government will use responses to this RFI to determine industry interest and capability. IFPC INC 2 STRATEGY In 2021, the Army began the enduring IFPC Inc 2 effort. The IFPC Inc 2 system includes an industry-built launcher and an interceptor delivered as an All Up Round Magazine (AUR-M). Four launchers comprise a platoon. The U.S. Army’s Sentinel radar serves as the sensor and the U.S. Army’s Integrated Air and Missile Defense (IAMD) Battle Command System (IBCS) serves as the fire control component at the platoon level. Development and integration efforts are ongoing, and the program plans a transition to production. Concurrently, the IFPC Inc 2 Product Office (PdO) is planning to integrate a second interceptor beginning in FY25. When complete, the IFPC Inc 2 system will include tiered and layered effectors to provide 360 degree protection to fixed and semi-fixed sites.IFPC INC 2 2ND INTERCEPTOR SYSTEM DESCRIPTION The IFPC Inc 2 2nd Interceptor system consists of four Major End Items (MEI): an interceptor, an All-Up-Round (AUR) Magazine (AUR-M), a Weapons Interface Controller (WIC), and Engagement Calculator (EC) software. The interceptor is stored, transported in, and fired from the AUR-M. The WIC Computer Software Configuration Item (CSCI) resides on the Network Attached Storage (NAS) and is deployed to the Weapon Interface Card (WIC) upon system boot. The physical architecture of the WIC is the Abaco SB326. The WIC CSCI serves as the translator between the Launcher (User Datagram Protocol (UDP) over Internet Protocol Version 4 (IPv4)) and the native interceptor’s message format (e.g., MIL-STD-1553). Each AUR-M has a corresponding WIC Single Board Computer (SBC) residing in the Weapons Interface Unit (WIU) chassis located on the Enduring Shield Launcher and an interface controller card that resides on the magazine. Mission command for the 2nd Interceptor is handled by the IBCS.IFPC INC 2 2ND INTERCEPTOR REQUIREMENTSRespondents replying to this RFI will address the following items in their response. The system shall be capable of defeating supersonic cruise missiles.The system shall be capable of defeating large caliber rockets, 240mm-300mm.The system may retain capability against defeating UAS and subsonic cruise missile.The system shall provide a command destruct and command divert capability via data link.The system shall be an All-Up-Round (AUR) magazine capable of integration with the IFPC Inc 2 launcher and architecture. The system shall include an engagement calculator that integrates with IBCS. The system shall be insensitive munitions compliant. The system shall provide the following cybersecurity features and data integrity capabilities as defined in Department of Defense Instruction (DoDI) 8500.1, DODI 8510.01, DODI 8500.01, Chairman of the Joint Chiefs of Staff Instruction (CJCSI) 6510.01F, Army Regulations (AR) 25-2, and AR 380-5. The system shall be capable of conducting a technology demonstration in FY25-FY26 timeframe consisting of all digital simulation, hardware-in-the-loop, and/or live fire demonstration.RESPONSE INSTRUCTIONSPart A. Business Information: Please provide the following information for your company and for any teaming or joint venture partners:Company/Institute nameAddressPoint of ContactCAGE CodeDUNS Number / SAM.GOV Unique Entity ID (UEI)Phone NumberE-mail AddressWeb page URLSize of business pursuant to North American Industry Classification System (NAICS) Code 336414; Guided Missile and Space Vehicle Manufacturing. Based on the above NAICS Code, state (Yes/No) whether your company qualifies as a Small Business, Woman Owned Small Business, Small Disadvantaged Business, 8(a) Certified, HUB Zone Certified, Veteran Owned Small Business, Service-Disabled Small Business, or Central Contractor Registration / SAM.GOV Unique Entity ID (UEI). Provide a statement describing your company as domestically or foreign owned (if foreign owned, please indicate country of ownership).Part B. Company Capability (3-page maximum):Briefly describe the capabilities of your company and the nature of the goods and/or services you provide. Describe your company's experience on previous projects similar in complexity to this requirement. Include contract numbers, a brief description of the work performed, period of performance, and agency or organization supported.If you plan to use subcontractors for this effort, what subcontractors would you use to do what percentage of what work? How many are small and/or disadvantaged businesses?Part C. Technical Submission:Your response should include a detailed description of your technical solution at the system and subsystem level.Your response should identify if the solution requires development or is an existing solution.Your submission should outline key performance capabilities of your solution against each of the threats defined above in IFPC Inc 2 2nd Interceptor Requirements Section: Goals 1-2.Your response should describe how the proposed solution meets the goals outlined above in IFPC Inc 2 2nd Interceptor Requirements Section: numbers 3-6.Your response should include a projected schedule to conduct development and integration for a developmental solution or integration for an existing solution. Your response should include your current and projected Technology Readiness Level (TRL) and Manufacturing Readiness Level (MRL) at the system and subsystem levels and provide supporting information to justify the ratings.Your response should include a projected schedule for the design, development, integration, test, qualification, and production to include the long lead times of your candidate solution if required. Or your response should include a projected schedule for the integration, test, qualification, and production to include the long lead times of your candidate solution if it is an existing solution.Your response should include a rough order of magnitude (ROM) cost given a planning factor of 8,000 interceptors over a 10-year production period.Your response should address the data rights assertions and Technical Data Package (TDP) you envision for your candidate solution.Your response should describe your approach to modularity and open system architecture.Your response should describe your approach to the transition from development, integration, and/or test depending on the maturity of the solution to production and fielding.Your response should address technical and programmatic risks associated with your candidate solution. Your response should include any significant supply chain concerns and any potential impact on schedule.Your response should include any concerns with the Government’s technical or schedule goals, along with suggestions to change the Government’s approach or goals to reduce risk.Submission Instructions. All responses must be unclassified.All responses must be submitted in writing, and must include the following: company name, Commercial and Government Entity (CAGE) code, and appropriate point of contact information. The Government will consider marketing material as an insufficient response to this RFI. Respondents should indicate which portions of their responses are proprietary and should mark them accordingly. The Government will honor appropriate proprietary claims to prevent improper disclosure. The response must include a white paper of no more than 30 pages (text 12-point font, figures 9-point) describing your candidate IFPC Inc 2 2nd Interceptor system solution. A fold-out page counts as one page. The Government must receive your RFI response by 30 calendar days after RFI release, by 1500 Central Standard Time. If the 30th day falls on a weekend or holiday, then responses are due the next business day.The Government will receive unclassified, electronic responses submitted to both Ms. Jill Freeman, jill.g.freeman.civ@army.mil, and Ms. Tammy Bissell, tammy.m.bissell.civ@army.mil, via email or via (DoD) Secure Access File Exchange (SAFE), https://safe.apps.mil/. All submissions must reference the Announcement Number in the email subject line.

AMCOM CONTRACTING CENTER MISSLE  REDSTONE ARSENAL , AL 35898-5090  USALocation

Place Of Performance : AMCOM CONTRACTING CENTER MISSLE REDSTONE ARSENAL , AL 35898-5090 USA

Country : United StatesState : Alabama

Classification

naicsCode 336414Guided Missile and Space Vehicle Manufacturing