MISSILE DEFENSE AGENCY MDA USA Tender
MISSILE DEFENSE AGENCY MDA USA Tender
Costs
Summary
Missile Defense Agency Standard Missile-3 (sm-3) Program Request For Information
Description
Agency: Missile Defense Agency office: Sm-3 Guided Missile Program contracting Office Address: 17211 Avenue D, Suite 160, Dahlgren, Va 22448-5184 subject: Sm-3 Block Iia Missile Production naics: 336414 – Guided Missile And Space Vehicle Manufacturing psc: 1410 rfi Number: 25-mda-12028 notice Type: Request For Information synopsis: 1. Description: In Accordance With Federal Acquisition Regulation (far) 10.001(a), Far 5.201, And Defense Far Supplement (dfars) 210.001(a) The Missile Defense Agency (mda), Is Conducting A Market Research To Determine Industry Interest And Capability For The Standard Missile-3 (sm-3) Block Iia Program. The Requirement Is For Production And Delivery Of Sm-3 Block Iia All-up Rounds Including Production Control And Operations Support, Cost Management, And Quality Assurance. Data Collected From This Request For Information (rfi) May Support A Sole Source Procurement If There Is No Other Industry Interest Or Capability To Perform In These Areas. mda Will Utilize Responses Received To Evaluate Acquisition Alternatives That May Include Competing All Or Portions Of Future Sm-3 Work. The Mda Guided Missile Program (abg) Anticipates Contracting For Future Work To Begin In 2026 And Continue For Up To 9 Years. This Rfi Is Intended To Help Mda/abg: assess The Current Marketplace And Existing Industry Capabilities To Deliver Sm-3 Capabilities That Meet Specifications; obtain Recommendations From Industry On The Contract Duration/period Of Performance, Acquisition Strategies And Approaches (including Contract And Incentive Structures) That Are Available To Support Sm-3 Program Requirements; identify And Assess The Major Risks To The Acquisition; identify And Mitigate Any Potential Barriers To Competition; determine Industry Data/information Needs To Support Proposal Preparations; outline Program Cost, Cost Drivers, Potential Cost Impacts And Risks; And identify Areas That Could Be Set-aside For Small Business this Rfi Is For The Collection Of Market And Capabilities Information For Planning Purposes Only And Does Not Constitute A Request For Proposal (rfp), Nor Is It To Be Construed As A Commitment By Mda. As Such, This Notice Is Not A Request For Offers Or Competitive Proposals. The Mda Invites Any Industry Contractor That Reasonably Believes It Can Satisfy The Government Need (or Part Of The Need) To Respond To This Rfi In Accordance With The Submissions Outlined Below. Submissions May Be Used As Part Of The Future Rfp. Classified Information Shall Not Be Contained In The Response. Any Proprietary Information Provided Shall Be Properly Marked. the Respondent’s Information/documents Should Be Complete, Informative, And Demonstrate Clear Competencies And Expertise In Managing, Executing, And Delivering Qualified Sm-3 Requirements. 2. Background: The Mda Develops And Fields An Integrated And Layered, Missile Defense System To Defend The United States (u.s.), Its Deployed Forces, Allies, And Friends Against All Ranges Of Enemy Ballistic Missiles In All Phases Of Flight. Aegis Ballistic Missile Defense (bmd) Is The Naval Component Of The Missile Defense System And Builds Upon The Aegis Weapon System, Standard Missile, Navy And Joint Forces’ Command, Control And Communication Systems. In Recognition Of Its Scalability, Aegis Bmd Is Keystone In The European Phased Adaptive Approach. The Mission Of The Sm-3 Program Is To Arm The Strategic Warfighter To Defend Against Short To Long-range, Unitary And Separating, Midcourse-phase, Ballistic Missile Threats, Now, And In The Future. Sm-3 Variants Are Multi-stage Missiles Using Hit-to Kill Technology To Destroy Enemy Missiles. 3. Requirements: Capability Statements Shall Not Exceed 10 Pages And Only Contain Unclassified Information. For Each Of The Scope Requirements And Considerations Identified Below, If The Respondent Has Similar Experience Or Historical Information Available, The Mda Requests That Responses Include The Below Information Within The Requirement/considerations: sm-3 Production, Integration And Delivery: the Mda Is Seeking A Source To Manufacture, Produce, And Deliver Sm-3 All Up Rounds (aur), Including Obsolescence Monitoring, Missile Integration, And Program Cybersecurity. the Contractor Shall Provide Management, Material, And Services Required To Manufacture And Deliver Sm-3 Block Iia Aurs. The Contractor Shall Provide Technical Resources, Direction, And Oversight To Execute The Requirements Of All Sm-3 Aur Production Activities. The Contractor Shall Provide A Dd-250 As Certification That The Round And All Of Its Critical Subassemblies Comply With All Technical Requirements As Approved By The Program Office. if Your Firm Completed A Similar Effort, Provide Background On Your Overall Approach That Could Be Leveraged. Respondent Must Demonstrate Specific Ability To Produce Sm-3 Rounds. Describe Your Industry Production Capacity And Capabilities To Support The Manufacture Of Sm-3s. This Requirement Will Also Include Documentation Support And Assistance For The Sm-3 Missile And Provide Performance And Compliance Of Cyber And Mda Quality, Safety, And Mission Assurance Standards. Interested Contractors Must Possess An Active Top Secret Facility Clearance (fcl). The Mda Is Seeking To Promote Competition, So Alternative Component Solutions May Be Considered If Sm-3 Requirements Can Be Met, Designs Have Been Qualified, And A Qualified Manufacturing Or Production Line Can Be Demonstrated. general Program And Contract Management: the Sm-3 Existing Data Rights Are Limited To Government Purpose Rights To Technical Data From The Contractor And Its Subcontractors/suppliers For Sm-3 Components, Hardware, Software, And The Interface Control Documents For Major Subassemblies And The Special Tooling And Test Equipment Needed For Integration. The Contractor Shall Identify Any Data Rights Assertions Via Assertion List Of The Noncommercial Technical Data And Noncommercial Computer Software To Be Delivered To The Government Under Any Future Contract With Restrictions On Use, Release Or Disclosure, Such As Contract Data Requirements Lists, Technical Drawings, Software, And Hardware. The Dfars Defined Categories Of Data Rights Are: A) Unlimited Rights; B) Government Purpose Rights; C) Limited Rights (technical Data); D) Restricted Rights (computer Software); And E) Special License Rights. if The Respondent Has Similar Or Historical Information Available, The Mda Requests: A) Contract Number; B) Title And Objective Of Contract; C) Contracting Agency And Point Of Contact Information; D) Period Of Performance; E) Value Of Contract; F) Type Of Contract (e.g., Fixed Price, Cost Reimbursement); G) Accomplishments Of Effort (products Furnished Or Services Provided); And H) Recommended Command Media And Best Practices/concepts Employed. 4. Submissions: Interested Parties Are Requested To Provide An Information Package In A Microsoft Word And Searchable Portable Document Format "pdf" Delivered To The Attention Of The Procuring Contracting Officer, Sm3rfi@mda.mil, Consisting Of The Following: capability Papers Shall Not Exceed 10 Pages And Shall Not Contain Any Classified Information. Capability Papers May Include A Table Of Contents, List Of Tables/figures, And Acronyms List, Which Will Not Count Against The Maximum Page Limitation. Papers Shall Be Single-spaced, Minimum 12-point Times New Roman, And Describe Corporate Experience And/or Relevancy In The Areas Described In The Requirements Scope. Do Not Submit Generic Corporate Marketing Materials For This Rfi; It Will Not Be Reviewed By The Mda. a Programmatic Response Paper Of No More Than Seven Pages, Single Spaced, Minimum 12-point Times New Roman To Address The Following Acquisition Strategy Related Questions: 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, Fcl, 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.). Respondents And/or Prospective Offerors (if A Solicitation Is Issued) And Its Subcontractors/suppliers Must Be U.s. Firms/ Businesses And Not Foreign Owned, Controlled, Or Influenced. what Would Your Upfront Investments And Facility Requirements Be Prior To Sm-3 Manufacturing Or Production Activities? what Are Your Special Tooling Needs For Sm-3manufacturing Or Production, Fabrication, Sustainment And Integration? what Would Your Recommended Contract Duration/period Of Performance And Option/award Terms Be To Recuperate Upfront Investments, Costs, To Ensure A Stable, Viable Workforce, Etc.? what Aspects Of Your Rfi Response Could Be Considered For A Fixed Price Arrangement Type Contract Line Item Number (clin)? what Are The Potential Barriers To Competition For This Effort (e.g., Availability Of Data, Availability Of Models And Simulation, Software, Facility, Industry Base, Labor, Supply Chain, Inflation Etc.)? 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 Sm-3 Requirements? If Yes, Does This Preclude Your Corporation/company From Competing For Future Sm-3 Contract Actions As A Prime, Or Otherwise Limit Your Participation As A Subcontractor? if The Mda Decides To Issue A Formal Solicitation (rfp) For This Effort, What Is The Minimum Length Of Time Necessary To Prepare A Proposal? Please Be Aware That The Mda Prefers A 45-60 Calendar Day Proposal Development Timeline. describe How Your Contract Change Order Process Has Been Used On Other Large Weapon Systems Programs To Expedite Contract Actions And Provide Agility, Flexibility, And Drive Down Costs. does Your Company Have A Government Approved Accounting System? Provide Examples Of How You Applied Effective Cost Control Measures To Achieve Cost Savings And Results On Large Weapon Systems Programs. the Mda Values The Important Contributions The Small Business Industry Base Makes To The Development, Deployment, And Support Of The Missile Defense System And Intends To Pursue Contracting Strategies That Leverage Those Capabilities. The Goals Of Small Business Utilization On The Sm-3 Program Include Enhancing The Performance Capabilities Of 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? does Your Company Have A Dd Form 254 With Mda Contracts Or With Another Department Of Defense Agency? Please Provide Your Facility Security Officer’s Contact Information. if Mda Decides To Issue A Formal Solicitation (rfp) For This Effort, State Whether The Company Will Assert Any Claims Of Limited Or Restricted Rights For The Mda As Part Of Your Contract Proposal (guided By Far And Dfars Requirements For Types Of Technical Data), Such As Contract Data Requirements Lists, Technical Drawings, Software, And Hardware. based On The Level Of Interest And The Apparent Capability Of Industry To Perform In These Areas, The Mda Reserves The Right To Develop An Acquisition Strategy To Pursue A Solicitation. The Mda May Request Follow-up Information And/or Capability Presentations From Rfi Respondents As Needed, As A Result Of The Information Received From This Rfi. The Purpose Of These Follow-up Questions And Discussions Is For The 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 Conducted In Accordance With Far Subpart 3.104 And 15.201. 5. Instructions: address All Informational Packages And Questions Concerning This Rfi In Writing Via E-mail To The Procuring Contracting Officer, Sm3rfi@mda.mil. to Help Aid With Developing Responses And Understand Mda/ab And Abg, Please Go To Www.mda.mil, And Specifically Www.mda.mil/system/aegis_bmd.html. In Accordance With The Paperwork Reduction Act, Rfi Submissions Will Only Be Accepted Electronically. Responses To This Rfi Are Due No Later Than March 25, 2025, At 5:00pm Edt. All Submitted Information Will Be Handled According To Applicable Markings. The Mda Will Only Accept Unclassified Responses. Classified Information Shall Not Be Contained In The Response. industry Is Encouraged To Respond With Information Not Constrained By Proprietary Data Rights. If Proprietary Data Is Included In The Reply, The Respondent Is Responsible For Appropriate Markings. Participants Are Responsible For Adequately Marking Proprietary Information Contained In Their Response, And Any Proprietary Information Must Be Marked As Such On A Paragraph-by-paragraph Basis. The 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 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 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 Third Party, Non-government (contractor) Support Personnel. the Resultant Knowledge Gained Will Enable The Mda To Achieve The Best Value Acquisition Of Sm-3 Systems, Commodities, Components, Technologies, Capabilities, Or Services To Fulfill Its Complex Mission.
Contact
Tender Id
25-MDA-12028Tender No
25-MDA-12028Tender Authority
MISSILE DEFENSE AGENCY MDA USA ViewPurchaser Address
-Website
beta.sam.gov