SOURCES SOUGHT
14 -- Medium Range Ballistic Missile Type 1/Type 2 Direct Productive Labor Hours for Engineering Services and Lot 3 Mission Planning Options Combined Sources Sought/Notice of Intent to Sole Source
- Notice Date
- 7/18/2025 10:53:42 AM
- Notice Type
- Sources Sought
- NAICS
- 336414
— Guided Missile and Space Vehicle Manufacturing
- Contracting Office
- MISSILE DEFENSE AGENCY (MDA) HUNTSVILLE AL 35898 USA
- ZIP Code
- 35898
- Solicitation Number
- MDA25MRBMLot3
- Response Due
- 8/18/2025 2:00:00 PM
- Archive Date
- 09/02/2025
- Point of Contact
- Anita B. Stanford, Phone: 2564502262, Chandler Arick, Phone: 256-336-7037
- E-Mail Address
-
anita.stanford@mda.mil, chandler.e.arick@mda.mil
(anita.stanford@mda.mil, chandler.e.arick@mda.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- Purpose: The Missile Defense Agency (MDA) Targets Program seeks information and capable sources for market research to support the paradigm shift to rapidly perform services related to the Medium Range Ballistic Missile Type 1/Type 2 (MRBM T1/T2) eSR-19 Flight Test Support and Direct Productive Labor Hours for Engineering Services. The Government also encourages use of commercial components, subsystems or systems, as well as responses from non-traditional contractors in accordance with the recent Executive Orders. The information contained herein only initiates communication with industry to assess market potential. No solicitation document exists currently. This Request for Information (RFI) constitutes no Government obligation to procure these items or issue a solicitation. The Government does not have an obligation to pay for information responding to this RFI. In accordance with FAR 6.302-1(d)(2), the Government will allow for capacity statements for follow-on contracts. MDA is seeking alternate sources that can provide Direct Productive Labor Hours for MRBM T1/T2 Engineering Services to support the Missile Defense System test program. If no alternate sources are identified for the Direct Productive Labor Hours, the Government intends to issue a sole source contract to Aerojet Rocketdyne Coleman Aerospace (ARCA), CAGE 7VXX4, 7675 Municipal Dr., Orlando, FL 32819-8930 under Statutory Authority 10 U.S.C. 3204(a)(1) as implemented under Federal Acquisition Regulation (FAR) 6.302-1(a)(2) - Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. Based on currently available information, MDA believes that only ARCA can provide the required services without substantial duplication of cost that is not expected to be recovered through competition and unacceptable delays, since ARCA owns the MRBM T1/T2 Technical Data Package. Under a new sole-source contract, the MRBM T1/T2 Direct Productive Labor Hours period of performance will be January 1, 2030 to December 31, 2035. This notice is intended to meet the requirements of both FAR Part 5 and DFARS PGI 206.302-1. MDA is seeking alternate sources that can provide eSR-19 Flight Test support (Pre-Mission Analysis, Air Launch Target Preparation, Air Launch Target Execution, and Post-Mission Analysis) for eight (8) air-launched Lot 3 MRBM T1/T2 targets, to include Systems Engineering Program Management, Program Management Office Support, Integrated Logistics Support, launch vehicle storage, and eSR-19 motor transportation. If no alternate sources are identified for the Lot 3 mission planning, the Government intends to issue a sole-source contract to ARCA. Based on currently available information, MDA believes that only ARCA can provide the required services without substantial duplication of cost that is not expected to be recovered through competition and unacceptable delays, since ARCA owns the Technical Data Package. The period of performance for eSR-19 Flight Test Support is anticipated to be executed from September 2028 to potentially as far as December 2035. This notice is intended to meet the requirements of both FAR Part 5 and DFARS PGI 206.302-1. Description of the Requirement: Engineering Services are defined as requirements analysis, testing, and verification, or as integration assessments, special studies, and support activities to determine the impact of changes in threats, missions, and tests that require quick reaction analysis and action. Engineering Services are performed on Task Instructions (TI) with the understanding that implementation is within the present scope/Statement of Work and that it does not change the statement of work or other terms and conditions. TIs are used for quick-turn, pre-priced solutions to execute systems engineering activities including quick-look analysis of potential payload modifications, analysis of alternative test scenarios, studies and analysis, software maintenance and support, engineering test support, resolution of unanticipated design or implementation issues associated with support equipment, integration, concept of operations and interfaces. Lot 3 is the final lot purchase of MRBM T1/T2 targets and consists of tails 13-18. Each of the following mission planning options will be required for each Lot 3 target: Pre-mission analysis: Develop mission execution specific test requirements including signature/trajectory and software requirements and conduct Mission System Requirements Reviews and Mission Design Reviews. Post-mission analysis: Perform post-flight data reduction and post-flight kinematic updates and signature performance assessments. Air-launch target preparation: Perform final target integration, missionization, and Kit C integration (if selected as an option) for Type 2 targets; integrate the target systems at the target integration site for air-launches and perform final assembly, integration and test of the Carriage Extraction System in support of mission operations. Air-launch target execution: Support missile launch dress rehearsals at forward staging area and conduct target launch operations to include support for Flight Termination System End to End checks and flight readiness review at the forward staging area. Additionally, Systems Engineering Program Management, Program Management Office Support, and Integrated Logistics Support are required. Responses: 1) Responses should address the ability to perform engineering services and/or perform mission planning for air-launched MRBM T1/T2 targets while complying with MDA�s Systems Engineering Processes. 2) Responses should also address the associated detailed schedule that supports reviews, design, development, testing, production, MBRV delivery date, launch vehicle integration, and flight test execution at the required Best Estimated Test Date. 3) Responses should also address the cost estimate associated for the effort. Submission Instructions: There is a 25-page limit for this RFI, which should contain an executive summary, capabilities/plans/activities, and figures/tables/graphs. Cover Page should include: Company name Point of Contact information Business Size Status Unique Entity Identifier (UEI) number and CAGE code Any Government ordering vehicles (General Services Administration, Defense Logistics Agency, etc.), if applicable Provide a capability statement for conducting the MRBM T1/T2 engineering services and mission planning options that meet the need date. Responses in Microsoft Word or Adobe Acrobat formats are preferable. Please submit email responses to the email/POCs listed below. Small Business: Because one objective of this RFI is to determine the capability of small businesses to meet the requirements contained herein, and to inform the acquisition strategy with regard to setting aside any future acquisition for small businesses, MDA requests the following information: The prime small business contractor responding to this RFI must include their past experience in managing subcontractors with similar requirements, and if applicable, include subcontractor or teaming partners� past experience applicable to requirements specified in this Sources Sought. Responsible small businesses planning teaming arrangements to meet the support requirements listed above are expected to articulate the portions of work that the prime 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 for this Sources Sought. The Government highly discourages submitting proprietary or business sensitive information. Vendors submitting proprietary or business sensitive information bear the sole responsibility for marking the information for appropriate safeguarding. Proprietary information will be protected from unauthorized disclosure in accordance with document markings. This is a Request for Information only. The Government will not pay for information or administrative costs submitted in response to this notice. The Government will not provide feedback to any vendor regarding individual capabilities in response to this RFI. All responses must be received no later than August 18, 2025, 4:00pm, central time and should be submitted via email (TC-FutureAcquisitions@mda.mil). No telephone inquiries will be accepted.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/2bd028c3fdf24e54913a32d4ba4fd9c3/view)
- Place of Performance
- Address: Orlando, FL 32819, USA
- Zip Code: 32819
- Country: USA
- Zip Code: 32819
- Record
- SN07516330-F 20250720/250718230045 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |