Search Contract Opportunities

Sources Sought (SS)/Request for Information (RFI) for Integrated Air and Missile Defense (IAMD) Battle Command System (IBCS) Hardware Full Rate Production (FRP)

ID: SS_RFI_FRP_08232024 • Type: Sources Sought

Description

Posted: Sept. 18, 2024, 3:56 p.m. EDT

Title: Sources Sought (SS)/Request for Information (RFI) for Integrated Air and Missile Defense (IAMD) Battle Command System (IBCS) Hardware Full Rate Production (FRP)

THIS IS A SS/RFI NOTICE ONLY. THE PURPOSE OF THIS NOTICE IS SOLELY FOR INFORMATION AND PLANNING PURPOSES - IT DOES NOT CONSTITUTE A REQUEST FOR PROPOSAL (RFP) OR A PROMISE TO ISSUE AN RFP IN THE FUTURE AND NO CONTRACT SHALL BE AWARDED FROM THIS ANNOUNCEMENT. THIS ANNOUNCEMENT IS ISSUED IN SUPPORT OF MARKET RESEARCH, TO GATHER INFORMATION, AND TO IDENTIFY POTENTIAL SOURCES. Interested parties are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the interested parties' expense.

The Army Contracting Command Redstone Arsenal is issuing this SS/RFI notice as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for IBCS Hardware Production to support the Integrated Fires and Mission Command (IFMC) Project Office, Program Executive Office Missiles and Space.

Unlike traditional acquisition programs that focus primarily on the development of a single system or platform, the IAMD Program is uniquely structured to enable an overarching System of Systems capability with all participating Army Air Defense components functioning interdependently to provide total operational capabilities not achievable by the individual systems. The Army IAMD program achieves this objective by establishing the Army IAMD architecture and providing a common mission command capability through IBCS.

The IBCS major supplies and services to be acquired includes, but is not limited to; production of Engagement Operations Centers (EOC), Integrated Fire Control Network (IFCN) Relays, and Integrated Collaborative Environments (ICE); Integration of IBCS capabilities; Engineering Services related to product fixes and obsolescence; IAMD integration and test support; logistics support consisting of Interactive Electronic Technical Manual updates and fielding support.

Interested parties should submit a white paper addressing the technical approach to the anticipated effort, past similar experience, and industry assessment of the most efficient and cost-effective method to execute this effort. The response should include:

  1. A description of manufacturing capabilities to produce IBCS major supplies (integrated EOC/ICE/Relay procurement and delivery) or providing IBCS hardware kits (EOC/ICE/Relay component procurement and delivery) to an Army Depot at the estimated Fiscal Year (FY) quantities/timeline indicated below:

FY26: Min 24/Max 75

FY27: Min 24/Max 75

FY28: Min 24/Max 75

FY29: Min 24/Max 75

FY30: Min 24/Max 75

FY31: Min 24/Max 75

Note: Estimated quantities are listed by EOCs. A complete IBCS includes 1 EOC, 2 IFCN Relays, and 1 ICE.

  1. Programmatic and technical approach to update and maintain an existing Level III Technical Data Package (TDP) with associated risks. The U.S. Government has Unlimited Data Rights to the Level III TDP, except for the Relay Mast Pallet System, which is a source directed component. The Relay Mast Pallet System is owned by Contact! Corporation, 1818 Roberts Street, Winchester, VA 22601, (540) 722-8716, Commercial and Government Entity (CAGE) Code: 097B0.
  2. Plan and risks for managing IBCS engineering changes, establishing production facilities, and manufacturing readiness level at time of contract award and at the end of the first year.
  3. Recommended facility and supply chain partners with available capacity beginning in FY26 to meet the required delivery schedule.
  4. Evidence of the following:
    1. Past similar experience (skills, knowledge, and abilities associated with manufacture and integration) in Army Weapons System.
    2. Past similar experience (skills, knowledge, and abilities associated with manufacture and integration) in Army Air Defense systems to include, but not limited to, PATRIOT, Sentinel, C2BMC, THAAD, and ADAM cells.
    3. Past similar experience in manufacturing a predominantly Commercial Off The Shelf Government common mission command based system, to include the management and incorporation of Government Furnished Equipment (GFE).
  5. A schedule showing the timing of events from contract award to initial deliveries to the U.S. Government.
  6. A conceptual approach addressing key assumptions and staffing.
  7. Evidence of proven Public Private Partnerships (PPP) with Depots. Identify depot(s) with whom partnership agreement(s) exists; length of time partnership existed; current state of PPP (i.e. completed, in-progress, in dispute etc.); identify capacity in which depot was utilized (i.e. public sector facilities, equipment and employees to perform work for private sector); type of work and percentage of work performed by depot for each project/capability (i.e. system integration, hardware integration, fabrication, repair & replace).
  8. Industry is also encouraged to describe the benefits or risks associated with inclusion of production options and recommended contracting approaches to provide best value to the U.S. Government while minimizing cost, schedule, and performance risk.

The following information exchanges will occur as part of this RFI:

1) The USG will hold an industry day on 6 September 2024 at Redstone Arsenal, AL to provide industry with a greater understanding of the anticipated requirement. Industry day is open to all U.S. firms with a Commercial and Government Entity (CAGE) code. Interested parties may attend virtually or in person at no expense to the U.S. Government; however, in person attendance is limited to three participants per respondent.

To register, RSVP to the following points of contact no later than 30 August 2024:

Anastasia Cottone; anastasia.n.cottone.ctr@army.mil (Primary Rescheduling Contact)

Jenn Hyman; belen.m.hyman.civ@army.mil

Tim Carlile; timothy.j.carlile.civ@army.mil

Keith Gregory; keith.b.gregory5.civ@army.mil

RSVPs must include attendee names, titles, email addresses, phone numbers, and CAGE code of the interested party.

The U.S. Government reserves the right to limit participation if the event is oversubscribed. Registration will be on a first-come, first-serve basis.

Identification will be required at event check-in. Additional event information, to include approval of attendance, time, location, and visit access request procedures will be provided upon registration.

2) Interested parties may request to provide a one-on-one unclassified briefing to the USG as part of the response to this RFI. White paper responses should indicate a respondent's intent to participate in a one-on-one briefing and include a representative for scheduling. Briefings will be limited to thirty minutes and may be held virtually or in person (not to exceed five participants per respondent), at the expense of the interested party. Briefings will be conducted the week of 30 September 2024 and the week of 07 October 2024. Time and location details will be provided separately to each respondent.

All questions and responses provided during information exchanges will be made available to all respondents.

Additional facts to help industry respond to this RFI are:

  1. IBCS production will require access to a Secret Collateral area for Acceptance Test Procedure and sell off.
  2. Anticipated GFE list, see Attachment 1 (released by email).
  3. IBCS Introduction Briefing, see Attachment 2 (released by email).
  4. IBCS Producibility Data. Available upon request and verification of credentials.
  5. Initial LRIP Baseline TDP. Available upon request and verification of credentials.

The U.S. Government anticipates a single award indefinite delivery/indefinite quantity contract for this effort; however, interested vendors are encouraged to recommend alternative contracting approaches that may provide best value to the U.S. Government while also minimizing risk.

Access to the IBCS attachments will be available upon verification of credentials. Access to attachments will be granted based on the following terms:

-Verifiable CAGE code

-Only US persons with need to know. Companies under foreign ownership, control or influence (FOCI) will be excluded from access.

-Must have SECRET facility clearance

-Must have SECRET safeguarding

-Each company will provide a maximum of two (2) personnel for access to the controlled documents related to this RFI.

Please send email requesting attachments to timothy.j.carlile.civ@army.mil; belen.m.hyman.civ@army.mil and courtesy copy keith.b.gregory5.civ@army.mil. Respondents may request access up to three (3) days prior to the close of this RFI.

White paper responses are due by 1700 CST on 13 September 2024. All responses shall be submitted to the U.S. Army Contracting Command, ATTN: CCAM-SM-C/Timothy Carlile and Belen Jenn Hyman, Building 5250, Redstone Arsenal, AL 35898 or email timothy.j.carlile.civ@army.mil; belen.m.hyman.civ@army.mil and courtesy copy the IFMC Project Office, ATTN: SFAE-MSL-MCB/Keith Gregory, email keith.b.gregory5.civ@army.mil.

Pertinent information and/or updates will be posted to www.SAM.gov, search the above solicitation number. No telephone calls will be accepted. The submission of this information is for planning purposes and is not to be construed as a commitment by the U.S. Government to procure any items, nor does the U.S. Government intend to award on the basis of this request for sources sought or otherwise pay for the information solicited.

END OF NOTICE

Posted: Aug. 23, 2024, 4:55 p.m. EDT
Background
The Army Contracting Command – Redstone Arsenal is issuing this Sources Sought (SS)/Request for Information (RFI) to conduct market research and identify parties interested in supporting the requirement for Integrated Air and Missile Defense (IAMD) Battle Command System (IBCS) Hardware Production.

This initiative supports the Integrated Fires and Mission Command (IFMC) Project Office under the Program Executive Office Missiles and Space. The IAMD Program aims to create a System of Systems capability that allows various Army Air Defense components to operate interdependently, enhancing operational capabilities beyond what individual systems can achieve.

Work Details
The major supplies and services to be acquired include:
1. Production of Engagement Operations Centers (EOC), Integrated Fire Control Network (IFCN) Relays, and Integrated Collaborative Environments (ICE);
2. Integration of IBCS capabilities;
3. Engineering services related to product fixes and obsolescence;
4. IAMD integration and test support;
5. Logistics support including updates to Interactive Electronic Technical Manuals and fielding support.

Interested parties are required to submit a white paper that includes:
1. Description of manufacturing capabilities for producing IBCS major supplies or hardware kits, with estimated Fiscal Year quantities from FY26 to FY31 (Min 24/Max 75 per year).
2. Programmatic and technical approach for maintaining an existing Level III Technical Data Package (TDP).
3. Plans for managing IBCS engineering changes and establishing production facilities.
4. Recommended facility and supply chain partners with capacity beginning in FY26.
5. Evidence of past experience in manufacturing Army Weapons Systems and Air Defense systems.
6. A schedule from contract award to initial deliveries.
7. A conceptual approach addressing key assumptions and staffing.
8. Evidence of Public Private Partnerships with Depots.
9. Industry insights on production options and contracting approaches.

Period of Performance
The anticipated period of performance spans multiple fiscal years, specifically from FY26 through FY31, with minimum production requirements starting at 24 units per year up to a maximum of 75 units per year.

Place of Performance
The contract will be performed at designated Army Depots as specified by the contracting authority.

Overview

Response Deadline
Sept. 13, 2024, 6:00 p.m. EDT Past Due
Posted
Aug. 23, 2024, 4:55 p.m. EDT (updated: Sept. 18, 2024, 3:56 p.m. EDT)
Set Aside
None
NAICS
None
PSC
None
Place of Performance
Huntsville, AL United States
Source
SAM

Evaluation Criteria
Best Value
Est. Level of Competition
Average
Odds of Award
39%
On 8/23/24 ACC Redstone issued Sources Sought SS_RFI_FRP_08232024 for Sources Sought (SS)/Request for Information (RFI) for Integrated Air and Missile Defense (IAMD) Battle Command System (IBCS) Hardware Full Rate Production (FRP) due 9/13/24.
Primary Contact
Name
Belen " Jenn" Hyman   Profile
Phone
None

Secondary Contact

Name
Timothy J. Carlile   Profile
Phone
None

Additional Contacts in Documents

Title Name Email Phone
Primary Rescheduling Contact Anastasia Cottone Profile anastasia.n.cottone.ctr@army.mil None

Documents

Posted documents for Sources Sought SS_RFI_FRP_08232024

Question & Answer

Incumbent or Similar Awards

Contracts Similar to Sources Sought SS_RFI_FRP_08232024

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought SS_RFI_FRP_08232024

Similar Active Opportunities

Open contract opportunities similar to Sources Sought SS_RFI_FRP_08232024

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > AMC > ACC > ACC-CTRS > ACC RSA
FPDS Organization Code
2100-W31P4Q
Source Organization Code
500038573
Last Updated
Sept. 28, 2024
Last Updated By
susan.e.ruzicka2.civ@army.mil
Archive Date
Sept. 28, 2024