Request for Information (RFI)/Sources Sought (SS) for IAMD Battle Command System (IBCS) Adapted Launcher Support / F-35 Airborne Sensor (ABS) and Theater High Altitude Air Defense (THAAD) Portable Planner (TPP) Integration
This Request for Information (RFI) Sources Sought (SS) is being published in accordance with FAR Parts 10.002, Market Research and 15.201 Solicitations and Receipt of Proposal as a means of conducting market research to identify any interested sources before soliciting a non-competitive acquisition per FAR 6.302-1 “Only one responsible source and no other supplies or services will satisfy agency requirements,” for a new Indefinite Delivery Indefinite Quantity (IDIQ) contract action that includes test, engineering, and software (SW) support activities associated with the adapted launcher, F-35 ABS, and TTP integration with the IBCS system.
The requirements are as follows:
1. To support IBCS adapted launcher test and integration and F-35 ABS/TTP trade studies and integration.
2. To support PATRIOT Advanced Capability / Missile Segment Enhancement processing ground equipment and testing and post-test missile performance analysis.
3. To provide system engineering, software development, fielding, and software sustainment required to meet IBCS programmatic milestones associated with F-35 ABS and TPP integration.
4. To provide engineering and test support services associated with flight test activities, Developmental Test and Operational Test.
5. To support TPP software development and deliveries in support of THAAD Portable Planner Integrated Defense Design (TPP-IDD) interface integration test events and fielding of TPP software.
All responsible sources may submit a capability statement demonstrating the ability to provide the requirements listed above. Interested sources who submit data are responsible for appropriately marking information if it is proprietary in nature.
The Government shall not reimburse interested sources for any information provided.
A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. No requests for capability briefings will be honored.
Requirement Statement: The Government seeks white papers regarding the capabilities, past similar experience and technical approach to this effort and industry’s assessment/ opinion of the most efficient and cost-effective method of executing this effort. All responses shall be unclassified and include the following:
1. Company name, company address, overnight delivery address (if different from mailing address, Cage Code, point of contact, e-mail address, telephone number, fax number.
2. Business size (i.e. large, small disadvantaged, veteran owned, woman owned, etc.)
3. Affirmation of cleared personnel and facilities.
4. A description of the company’s expertise in providing manufacturing expertise and producing hardware as described below.
5. The company’s experience in meeting contractual due dates for similar type efforts.
6. NAICS Code 336414
This requirement will be for five ordering periods from FY 25 through FY 30, totaling 60 months.
Response to this notice is due on January 14, 2025 at 3:00PM Central Time and shall be delivered via email or DoD SAFE (https://safe.apps.mil/ to: Brandon Maiden, brandon.a.maiden.civ@army.mil or Mr. De’Sean Anderson, desean.anderson2.civ@army.mil.