Alabama Bids > Bid Detail

Request for Information - Design, Development, Demonstration, and Integration II (D3I2) Domain (D2) Acquisition Draft Section M and Draft Statement of Work

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • A - Research and development
Opps ID: NBD00159089955424722
Posted Date: Feb 8, 2023
Due Date: Feb 14, 2023
Solicitation No: PANRSA22P000000_08469
Source: https://sam.gov/opp/f70d929749...
Follow
Request for Information - Design, Development, Demonstration, and Integration II (D3I2) Domain (D2) Acquisition Draft Section M and Draft Statement of Work
Active
Contract Opportunity
Notice ID
PANRSA22P000000_08469
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
ACC-CTRS
Sub Command 3
ACC RSA
Office
W6QK ACC-RSA
General Information
  • Contract Opportunity Type: Special Notice (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 07, 2023 06:04 pm EST
  • Original Response Date: Feb 14, 2023 06:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
Classification
  • Original Set Aside:
  • Product Service Code: AC13 - National Defense R&D Services; Department of Defense - Military; Experimental Development
  • NAICS Code:
    • 541715 - Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
  • Place of Performance:
    Redstone Arsenal , AL 35898
    USA
Description

A – RESEARCH & DEVELOPMENT

GENERAL INFORMATION

Document Type: Special Notice

Classification Code: A – Research & Development

DISCLAIMER

THIS IS A REQUEST FOR INFORMATION (RFI) – this RFI is issued for information, as well as market research and planning purposes – this notice shall not be construed as a solicitation announcement, invitation for bids, request for proposals (RFP), quotes or an indication that the United States Government (USG) will contract or contracts for the items contained in this notice; the USG is under no obligation to award a contract as a result of this notice. Solicitations are not available at this time. Requests for a solicitation will not receive a response. This notice does not constitute a commitment by the USG to contract for any supply or service whatsoever. Not responding to this RFI does not preclude participation in any future RFP, if any is/are issued. If a solicitation is released, then it will be synopsized on the System for Award Management website, www.SAM.gov. It is the responsibility of the potential offerors to monitor the www.SAM.gov site for additional information pertaining to this requirement.

All information submitted in response to this RFI is strictly voluntary and will not be returned to the responder. The USG will neither pay for information requested nor will it compensate any respondent for any cost(s) incurred in developing information provided to the USG. Proprietary information shall not be submitted; the USG shall not be liable for or suffer any consequential damages for any improperly identified proprietary information. Nor will the USG reimburse respondents for any cost(s) associated with any submission in response to this notice or reimburse expenses incurred to the interested parties for responses.

As discussed below, the Design, Development, Demonstration, and Integration (D3I) program is a multi-award indefinite delivery, indefinite quantity (MAIDIQ) contract that encompasses three domains and is the enterprise vehicle for U.S. Army Space and Missile Defense Command (USASMDC) research and development (R&D) requirements. It is anticipated that the follow-on program, Design, Development, Demonstration and Integration 2 (D3I2), will consist of two domains, Domain 1 (D1) providing for full and open competition and Domain 2 (D2) providing set-aside for small business. This RFI is to obtain feedback on evaluation criteria for D2 only. D1 published a separate RFI on 25 JAN 23.

Introduction/Background:

The current D3I MAIDIQ contract vehicle is designed to satisfy recurring R&D requirements across USASMDC and other associated defense and Federal organizations. The scope of the current D3I D2 and D3 follow an evolutionary development of systems architecture focused on a “Concept to Combat” philosophy concentrated on an Information Interrogation and data Exploitation Technical Support Area (TSA) and an Enhanced Warfighter Capabilities TSA.

For the follow-on/replacement MAIDIQ, USASMDC requires a contractual vehicle that will fulfill a gap in the ability to design, develop, demonstrate and integrate products focused on the development of space, space control, ground-based missile defense, high altitude (HA) capabilities; support space and missile defense operations, planning, integration, control and coordination of Army forces and capabilities in support of U.S. Northern Command (USNORTHCOM), U.S. Space Command (USSPACECOM) and U.S. Strategic Command (USSTRATCOM) missions (deter aggression/conflict, defend United States [U.S.]/allied interests, deliver space combat power, develop ready and lethal joint warfighters, conduct strategic deterrence, integrated missile defense, situational awareness, and space operations); support R&D of material solutions, as well as combat development solutions in support of U.S. Combatant Commands (CCMDs) for space, missile defense, and HA missions; and support mission-related R&D in support of Title 10 responsibilities; and other requirements identified in the basic contract statement of work (SOW) or individual task order (TO) performance work statement (or elsewhere in the contract) that enable the Warfighter to effectively support USNORTHCOM, USSTRATCOM, USSPACECOM, other CCMDs, Department of Defense, other Services and other Government agencies.

Current Contract Information:

The current D2 MAIDIQ was procured as a 100 percent small business (SB) set aside under the North American Industry Classification System (NAICS) code 541715 (Exception 3) with a current size standard of 1250 employees (it is anticipated that the same NAICS code and size standard will be used under the D3I2 follow-on/replacement acquisition) with two awards reserved for Service-Disabled-Veteran-Owned SB and was awarded on February 18, 2016. The current D2 was awarded to six (6) SBs that compete for TOs supporting information, integration and data exploitation TSAs performance requirements. (Note that the follow-on/replacement contract(s) will encompass performance requirements that include [but are not limited to] technology gap identification, design, development, modernization, fabrication, integration, modification, and testing of limited quantity production, prototypes, systems, subsystems, components, sub-components, technologies, innovations, processes, and architectures.) In addition, the requirements include delivery, product transition, fielding, sustainment, operations, and maintenance of R&D projects, R&D systems and sub-systems, and prototypes. The current D3I D2 MAIDIQ contracts share a program ceiling of $804M with an ordering period that expires in February 2025 (note that TO periods of performances may extend beyond the ordering period).

The current D3 MAIDIQ was procured as a 100 percent SB set aside under the North American Industry Classification System (NAICS) code 541715 (Exception 3) with a current size standard of 1250 employees (it is anticipated that the same NAICS code and size standard will be used under the D3I2 follow-on/replacement acquisition) and was awarded on December 17, 2015. The current D3 was awarded to four (4) SBs that compete for TOs supporting enhanced warfighter capabilities TSAs performance requirements. (Note that the follow-on/replacement contract(s) will encompass performance requirements that include [but are not limited to] technology gap identification, design, development, modernization, fabrication, integration, modification, and testing of limited quantity production, prototypes, systems, subsystems, components, sub-components, technologies, innovations, processes, and architectures.) In addition, the requirements include delivery, product transition, fielding, sustainment, operations, and maintenance of R&D projects, R&D systems and sub-systems, and prototypes. The current D3I D3 MAIDIQ contracts share a program ceiling of $1.058M with an ordering period that expires in December 2024 (note that TO periods of performances may extend beyond the ordering period).

Planned Follow-On/Replacement Approach:

USASMDC is exploring soliciting and awarding a follow-on/replacement MAIDIQ contract(s). It is anticipated that the follow-on/replacement effort will have an ordering period of five (5) years with option period of five (5) years. Each awardee will be eligible to compete on TOs that will, on average, have a period of performance (PoP) of three-to-five years with some TO performance extending up to three years beyond the last day of the ordering period. The anticipated total PoP for the resulting MAIDIQ contract (to include TOs) is anticipated to be 12-13 years. The place of performance is expected to include both continental United States (CONUS) and outside continental United States (OCONUS) locations, including contractor and government facilities. The required security classification level will be defined at the TO level up to Top Secret (TS) with Sensitive Compartmented Information (SCI) and/or higher access (as required) for contractor personnel and secure facility clearance with safeguarding for contractor facilities.

The Government is contemplating a follow-on acquisition strategy (D3I2, D2) based on the success of, and historical information from, the current D3I D2/D3 contract(s) as small business set-aside consisting of generally the same type of work. (See attached SOW).

Request for Information and Submission Details:

USASMDC and Army Contracting Command – Redstone Arsenal (ACC-RSA) Space, Missile Defense, and Special Programs (SMD/SP) Directorate request that our industry partners interested in future opportunities on the follow-on/replacement D3I2 effort provide feedback (both positive and negative) on the attached evaluation factors (Draft Section M of the D3I2 follow-on RFP).

Responses should include the following information:

1.Company Name, Commercial and Government Entity Code, company address,number of years in business, type of ownership for the organization including affiliatedor parent company, facility clearance level, and public website address.

2.Point of contact, including: name, title, telephone number, and email address.

3.Size/socioeconomic status under NAICS 541715 Exception 3.

4.Assumptions. Please provide a list of assumptions, if any, which were considered informulating this response.

Responses must be received no later than February 14, 2023. Responses shall not exceed ten (10) pages, each single side counting as one page, 8.5 x 11 inch, with one-inch margins, and font no smaller than 10 point Times New Roman. No collect calls will be accepted. All responses to this RFI may be submitted via e-mail to George Purpura, Contracting Officer, at george.r.purpura2.civ@army.mil.


Attachments/Links
Contact Information
Contracting Office Address
  • ACC RSA ATTN CCAM BM B SPARKMAN COMPLEX BLDG 5303 3RD FL
  • REDSTONE ARSENAL , AL 35898-5000
  • USA
Primary Point of Contact


Secondary Point of Contact


History
  • Feb 07, 2023 06:04 pm ESTSpecial Notice (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >