Alabama Bids > Bid Detail

Sea-Based X-Band Radar Mission Integration (SBX-MI) HQ0862-24-R-0001 RFP

Agency:
Level of Government: Federal
Category:
  • A - Research and development
Opps ID: NBD00159561821601642
Posted Date: Nov 7, 2023
Due Date: Jan 11, 2024
Source: https://sam.gov/opp/5c90822413...
Follow
Sea-Based X-Band Radar Mission Integration (SBX-MI) HQ0862-24-R-0001 RFP
Active
Contract Opportunity
Notice ID
HQ086224R0001
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
MISSILE DEFENSE AGENCY (MDA)
Office
MISSILE DEFENSE AGENCY (MDA)
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Solicitation (Updated)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Nov 07, 2023 09:56 am CST
  • Original Published Date: Nov 07, 2023 09:42 am CST
  • Updated Date Offers Due: Jan 11, 2024 12:00 pm CST
  • Original Date Offers Due: Jan 11, 2024 12:00 pm CST
  • Inactive Policy: Manual
  • Updated Inactive Date: Nov 06, 2024
  • Original Inactive Date: Nov 06, 2024
  • Initiative:
    • None
Classification View Changes
  • Original Set Aside:
  • Product Service Code: AC13 - National Defense R&D Services; Department of Defense - Military; Experimental Development
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    Redstone Arsenal , AL
    USA
Description View Changes

Title: Sea-Based X-Band Radar Mission Integration (SBX-MI) HQ0862-24-R-0001



Notice ID: MDA23SNSPN06



Department/Agency: Department of Defense (DoD)



Sub-tier: Missile Defense Agency (MDA)



Office: Ground Sensors Directorate



Classification:




  • Product Service Code: AC13






  • NAICS Code: 541330 Engineering Services






  • Place of Performance: Performance will primarily take place onboard SBX-1, secondary locations include, but are not limited to, Huntsville, AL; Pearl Harbor, HI; Dutch Harbor, AK; Yokohama Japan; Puget Sound, WA; and Washington, District of Columbia (DC).





DISTRIBUTION STATEMENT A. Approved for public release; distribution is unlimited.





Approved for Public Release



23-MDA-11599 (29 Sep 23)





Description:



The Missile Defense Agency (MDA), 5224 Martin Rd, Redstone Arsenal, AL 35898, is issuing this Request for Proposal (RFP) for the Sea-Based X-Band Radar Mission Integration (SBX-MI). The Government intends to award this contract to a single awardee as a Total Woman-Owned Small Business Set-Aside on a competitive, best value basis. Prospective offerors are placed on notice that the Government may not award a contract depending upon the quality of proposal(s) received and the availability of funds.





SBX-MI integrates daily operations and vessel movements. Such efforts include the planning of the shipyard maintenance period, crew rotations, materiel movements, test event coordination, the operations and sustainment of SBX Satellite Communications (SATCOM) equipment, the mission support communications network, the vessel security system, and additional IT systems. MI support also includes SBX planning and coordination with external Government agencies, such as: US Strategic Command, US Northern Command, US Indo-Pacific Command, US Navy Pacific Fleet, US Coast Guard, US Federal Aviation Administration, and US Military Sealift Command.





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 notification 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 Offerors responsibility to periodically check this website for updates.





The anticipated period of performance (PoP) for this acquisition is a base period of 24 months and three priced 12 month options.





NOTE: Prospective Offerors who received the previous Draft RFP should examine the RFP carefully for changes. One change in particular is that Contract Line Items formerly designated as Cost-Plus-Incentive-Fee are now designated as Cost-Plus-Fixed-Fee.





Organizational Conflict of Interest



Prospective 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.





Foreign Ownership Exclusion



This RFP contains classified reference documents that will be utilized in the performance of the resulting contract. Companies 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 entitys 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. entitys 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 entitys 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 Woman-Owned Small Business prime offerors as set forth below.





Access to RFP/Offerors Library



The RFP and Offerors Library, which includes, questions and answers from Industry Day and prime offeror one-on-one discussions, and classified and unclassified compliance and reference documents, is available upon request to potential prime offerors only. Access to the SBX-MI 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 SBX-MI DD Form 254, which MDA will provide upon access approval. In order to receive the classified documents, the potential prime offerors require a facility security clearance and level of safeguarding of no less than SECRET. This requirement shall be flowed down from the potential prime offerors 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 sbxmi@mda.mil. The subject line shall state SN HQ0862-24-R-0001-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 SBX-MI Email Account (sbxmi@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 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.





Classified Access



The MDA classified information is only released to the Offeror upon request and following verification of the Offerors facility clearance and safeguarding. The DD 254 shall act as security guidance for the safeguarding of SBX-MI related classified information at the Offerors 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 Offerors 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 Requirements



The 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 January 11, 2024, at 1200 CST. The RFP proposals shall be valid for 270 days from the date of the submittal. Anticipated award date is Q4FY2024-Q1FY2025.





Please be advised that all communications concerning this acquisition must be coordinated through the PCO, John Michael, via sbxmi@mda.mil.





Login at https://piee.eb.mil and search for 'HQ086224R0001' to obtain more details.*


Attachments/Links
Contact Information
Contracting Office Address
  • BLDG. 5222 MARTIN ROAD REDSTONE ARSENAL
  • HUNTSVILLE , AL 35898
  • USA
Primary Point of Contact
Secondary Point of Contact
History

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 >