Radar System Test and Analysis Contract (RSTAC) HQ0862-24-R-0002 RFP

From: Federal Government(Federal)
HQ086224R0002

Basic Details

started - 02 May, 2024 (Yesterday)

Start Date

02 May, 2024 (Yesterday)
due - 20 May, 2024 (in 17 days)

Due Date

20 May, 2024 (in 17 days)
Bid Notification

Type

Bid Notification
HQ086224R0002

Identifier

HQ086224R0002
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (710657)MISSILE DEFENSE AGENCY (MDA) (573)MISSILE DEFENSE AGENCY (MDA) (573)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))

Attachments (2)

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.

Title: Radar System Test and Analysis (RSTAC) HQ0862-24-R-0002Notice ID:MDA24SNSPN03Department/Agency: Department of Defense (DoD)Sub-tier: Missile Defense Agency (MDA)Office: Ground Sensors DirectorateAmendment 0003 02 May 2024: Updating proposal response date from 13 May 2024 at 12:00 PM CST to 20 May 2024 at 12:00 PM CST. Updating Section L with revised version titled RSTAC - Section L Amend 01. Updating Section M with revised version titled RSTAC - Section M Amend 01. Updating Attachment J-01 Statement of Work with revised version titled Attachment J-01 RSTAC SOW Amend 01. Updating Attachment L-06 Excel Pricing Workbook with revised version titled Attachment L-06 RSTAC Excel Pricing Wkbk EPW Amend 01. Responses to Offeror questions received titled RSTAC Final RFP Industry QAs Responses added to the Offerors Library.Amendment 0002 - Adding revised Attachment L-05 Corporate Experience Sheet, DoD SF 328 document, and RSTAC Compliance and Reference documents.Amendment 0001 - Amendment
removes draft watermark from the Solicitation. No other changes to the Solicitation.DISTRIBUTION STATEMENT A. Approved for public release; distribution is unlimited. Approved for Public Release 24-MDA-11735 (28 Mar 24)Description:The Missile Defense Agency (MDA), 5224 Martin Rd, Redstone Arsenal, AL 35898 is issuing this Request for Proposal (RFP) for the Radar System Test and Analysis Contract (RSTAC). This effort will be in accordance with the Statement of Work (SOW). The Government intends to award this contract to a single awardee as a Total Small Business Set-Aside on a competitive, best value basis. Prospective offerors are placed on notice that the Government reserves the right to not award a contract depending upon the quality of proposal(s) received and the availability of funds.The RSTAC provides support for the planning, integration, execution, and analysis of Ground Sensor assets in Missile Defense System (MDS) Flight and Ground Testing. The RSTAC efforts include test provisioning, operation, and non-Commercial Off-the-Shelf (COTS) sustainment for the Hardware in the Loop (HWIL) representations for each sensor along with laboratory facilities that will be required to perform MDS ground testing, System Pre-mission Tests (SPMTs) for flight tests, and Continuous Developmental Integration (CDI) testing. The effort also includes tech refresh (including cyber security), maintenance, and operation of two shelters that support AN/TPY-2 participation in flight tests: the Mission Operations Center (MOC) and the Mission Support Center (MSC). Participation in this effort is voluntary with no cost or obligation to be incurred by the MDA. The Government will not reimburse Offerors for proposal preparation costs or costs for participating in the source selection process. Additionally, participation in this or future Agency transactions and procurement opportunities is not contingent upon responding to this posting.Industry is reminded that interested Offerors may register at https://sam.gov/ to receive email notifications when additional information, solicitation documentation, or amendments regarding this acquisition are issued and available for downloading. The MDA will not directly send Offerors the solicitation documents or any amendments. It is the Offeror’s responsibility to periodically check this website for updates.The anticipated period of performance (PoP) for this acquisition is a 3-Year Base Period with Two, 3-Year Options.NOTE: Prospective Offerors who received the previous Draft RFP should examine the RFP carefully for changes.Organizational Conflict of InterestProspective offerors are placed on notice: If a firm provided any advisory or assistance services relating to this solicitation, or will serve as a non-Government advisor to the proposal evaluation team, the firm is expressly prohibited from competing on this acquisition in any fashion, i.e., being a prime, subcontractor, or teaming partner.Prospective offerors should consider OCI in accordance with FAR 9.5.Foreign Ownership ExclusionCompanies under Foreign Ownership, Control, or Influence (FOCI) will be excluded from contract award unless steps are taken to negate FOCI or mitigate associated risks to the satisfaction of the U.S. Government. Companies responding with any affirmative answers on a Standard Form (SF) 328 indicating the entity may be under Foreign Ownership, Control, or Influence (FOCI) will be excluded from contract award unless/until positive measures are applied to mitigate or negate the effects of FOCI to a level deemed acceptable to the U.S. Government (USG). Responsibility lies with the Offeror at time of proposal submission to ensure that it and its subcontractor(s), entities proposed to perform under Intercompany Work Transfer Agreement(s) (IWTAs), vendors and suppliers that require access to classified information are not restricted from participating in this acquisition due to FOCI.In accordance with 32 CFR Part 117, National Industrial Security Program Operating Manual (NISPOM), a U.S. company is considered to be under FOCI when: 1. A foreign interest has the power to direct or decide issues affecting the entity’s management or operations in a manner that could either: a. Result in unauthorized access to classified information, or; b. Adversely affect performance of a classified contract or agreement. 2. The foreign government is currently exercising, or could prospectively exercise, that power, whether directly or indirectly, such as: a. Through ownership of the U.S. entity’s securities, by contractual arrangements, or other means, or; b. By the ability to control or influence the election or appointment of one or more members to the entity’s governing board.A U.S. entity that is considering requesting an entity eligibility determination for access to classified information and subsequently determined to be under FOCI is ineligible for access to classified information unless and until effective security measures have been put in place to negate or mitigate FOCI to the satisfaction of the Cognizant Security Agency (CSA). The RFP (Sections A through K, Section J attachments, Section L, Section L attachments and Section M), and the Offerors’ Library will be made available to prospective Small Business prime offerors as set forth below.Access to RFP/Offerors’ LibraryThe RFP and Offerors’ Library, which includes questions and answers from Industry Day, prime offeror one-on-one discussions, unclassified compliance and reference documents, is available upon request to potential Prime Offerors only. Access to the RSTAC RFP and Offerors’ Library is restricted to potential prime offerors that have been cleared by MDA Contracting and Security Officials. Dissemination of the RFP and Offerors’ Library by potential prime offerors to potential subcontractors will be in accordance with the RSTAC DD Form 254, which MDA will provide upon access approval. In order to receive the classified documents, the potential prime offerors requires a facility security clearance and level of safeguarding of no less than SECRET. This requirement shall be flowed down from the potential prime offeror to all subcontractors prior to dissemination of information. The RFP and Offerors’ Library may be obtained by submitting the RFP and Offerors’ Library Access document via email to rstac@mda.mil. The subject line shall state “SN HQ0862-24-R-0002-RFP Unclassified Offerors’ Library.” For access requests, potential prime offerors must complete the Document Access Agreement and Request Form and the Contact Information Form no later than 10 business days after the posting of this notice. Additionally, the Contact Information Form must be completed in its entirety clearly listing two Points of Contact (POC), one primary and one alternate, for receipt of unclassified information, receipt of classified information and security personnel. Information for each POC should list First Name, Last Name, Title, Company, Address, Work Phone, Cell Phone, Unclassified E-mail address, Classified E-mail address, and any additional information deemed necessary by the Offeror. Please return the completed forms to the Unclassified RSTAC Email Account (rstac@mda.mil). Utilize DoD SAFE site as necessary.Companies requesting access to the Offerors’ Library via CD/DVD must comply with the handling and destruction requirements documented on the request form. To access the RFP through the Procurement Integrated Enterprise Environment (PIEE) solicitation module, the Offeror must register as a proposal manager. Training on the solicitation module is available for proposal managers through PIEE. The PIEE help desk can be reached Monday - Friday, 06:30 – 24:00 ET at phone: 866-618-5988, Email: disa.global.servicedesk.mbx.eb-ticket-requests@mail.mil or fax: 801-605-7453.Potential prime offerors are placed on notice that all technical data, computer software, computer software documentation, and programmatic and operational information provided by the MDA is in an "as is" condition without any warranty as to its accuracy, completeness, or adequacy. The potential prime offerors shall use this technical data at its own risk. The MDA assumes no responsibility for such data/documentation nor will the MDA have any liability should such data/documentation prove to be inaccurate, incomplete, or otherwise defective. The recipient shall adhere to and properly control all documents according to the security classification, technical data, computer software, computer software documentation, distribution, privileged or confidential markings as they appear on the various documents.Controlled AccessThe MDA classified information is only released to the Offeror following verification of the potential prime offeror’s facility clearance and safeguarding. The DD 254 shall act as security guidance for the safeguarding of RSTAC related classified information at the Offeror's facility. The Defense Counterintelligence and Security Agency maintains security cognizance of classified information stored at a contractor facility. However, the following stipulations apply:a. In Accordance With (IAW) National Industrial Security Program Operations Manual (NISPOM) Paragraphs 117.15(a) and 117.15(e)(6), Offerors shall ensure full written accounting and control over all MDA classified information provided to the contractor by MDA or created as copies by the Offeror.b. IAW NISPOM Paragraphs 117.15(h)(1) and 117.15(h)(2), distribution of MDA classified information shall only be made to those cleared Offeror personnel working on the Offeror's response to the request for information, unless otherwise authorized by the Procuring Contracting Officer (PCO).c. IAW NISPOM Paragraph 117.15(h)(2)(i), for purposes of this submission request, further distribution of MDA classified information shall only be authorized by the MDA PCO overseeing this request for information.d. IAW NISPOM Paragraph 117.15(j)(2), all classified information provided for use in submission preparation shall be returned to MDA or destroyed.Personnel and Facility Security Clearance RequirementsThe security classification of this procurement is specified in the Contract Security Classification specification, DD Form 254.RFP Responses:Potential prime offerors shall submit proposals to the RFP through PIEE by 20 May 2024, at 12:00 CST. The RFP proposals shall be valid for 270 days from the date of the submittal. Anticipated award date is Q4 FY2024- Q1 FY2025.Please be advised that all communications concerning this acquisition must be coordinated through the PCO, Khaliah Burns, via rstac@mda.mil.Login at https://piee.eb.mil and search for 'HQ086224R0002' to obtain more details.*

Huntsville ,
 AL   USALocation

Place Of Performance : N/A

Country : United StatesState : AlabamaCity : Huntsville

Office Address : BLDG. 5222 MARTIN ROAD REDSTONE ARSENAL HUNTSVILLE , AL 35898 USA

Country : United StatesState : AlabamaCity : Huntsville

You may also like

TASK ORDER FOR CONTRACT RADIOLOGY TECHNOLOGIST SERVICES, SISSETON SD

Due: 04 Aug, 2024 (in 3 months)Agency: INDIAN HEALTH SERVICE

PROVISION RADIOLOGY TECHNICIAN SERVICES FY24 RP#0023-24

Due: 30 Sep, 2024 (in 5 months)Agency: FEDERAL PRISON SYSTEM / BUREAU OF PRISONS

GSA Oasis contract for engineering services FA8517-24-R-0002

Due: 20 May, 2024 (in 17 days)Agency: DEPT OF DEFENSE

Please Sign In to see more like these.

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

Classification

naicsCode 541715Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
pscCode AC13National Defense R&D Services; Department of Defense - Military; Experimental Development