Long Range Discrimination Radar (LRDR) Persistent Discrimination & Sustainment (PD&S) Request for Information (RFI)
Agency: Other Defense Agency
Office: Missile Defense Agency Location: MDA-SNA
Reference – Number: MDA25SNRFI03
Approved for Public Release
25-MDA-12020 (20 Feb 25)
I. DESCRIPTION:
The Missile Defense Agency (MDA), Long Range Discrimination Radar (LRDR) Program is conducting market research to determine interest and capability for sources to perform systems development as well as hardware and software sustainment on the fielded LRDR radar in Clear, Alaska. The potential requirements are slated for execution in the FY2027 – FY2037 timeframe.
This RFI is issued for planning purposes only as part of the overall market research activity to collect, organize, maintain, analyze, and present data in accordance with Federal Acquisition Regulation (FAR) Part 10 and Defense Federal Acquisition Regulations Supplement (DFARS) Part 210. The information provided may be used in developing an Acquisition Strategy, Statement of Work, Statement of Objective, or Performance Work Statement for follow-on contract or new contracts. Proprietary information is neither sought, nor desired by MDA. If such information is submitted, it must clearly be marked "proprietary" on every sheet containing such information, and the proprietary information must be segregated to the maximum extent practicable from other portions of the response (e.g., use an attachment or exhibit). Respondents are responsible for adequately marking propriety information contained in the submitted response.
If a respondent’s submissions contains information they believe should be withheld from a requestor under the Freedom of Information Act (FOIA) on the grounds it may contain “trade secrets and commercial or financial information” [5 USC§552(b)(4)], the respondent should provide the following notice on the title page of its submission: “Some parts of this document, as identified on individual pages, are considered by the respondent to be privileged or confidential trade secrets or commercial or financial information not subject to mandatory disclosure under the Freedom of Information Act. Material considered privileged or confidential on such grounds is contained on page(s) [enter page number(s)].” Each individual item considered privileged or confidential under FOIA should be marked with the following notice: “The data or information is considered by the submitter to be confidential or privileged, and is not subject to mandatory disclosure under the Freedom of Information Act.”
The Government intends to use third party, non-government (i.e., contractor) support personnel as subject matter experts in the review of responses received, including the review of any marked or unmarked proprietary information provided. Appropriate nondisclosure agreements have been executed between the third party, non-government support personnel, and the MDA and are on file with the MDA. A submission of a response under this RFI constitutes a grant of authority by the respondent to the MDA to allow access to Federal personnel and these third party individuals to any content of the submission that may constitute material within the ambit of the Trade Secrets Act, 18 U.S.C. 1905.
Some information resulting from this RFI may eventually be included in one or more RFPs that will be released to industry. Any subsequent actions resulting from the analysis of the information provided in response to the RFI may be synopsized at a future date. If synopsized, information detailing the specific requirements of this procurement will be included. Not responding to this RFI does not preclude participation in any acquisition addressed in future RFP(s), if issued. If a solicitation is released, it will be synopsized at a Government Point of Entry (GPE), such as the System for Award Management (SAM.gov) website at https://sam.gov/. It is the responsibility of the potential respondents to monitor this site for additional information pertaining to this requirement.
II. PROGRAM BACKGROUND: MDA continues to improve capabilities and sustain the LRDR located within Clear Space Force Station (CSFS), Alaska. The LRDR is a key component of the MDA’s Missile Defense System and provides persistent long-range midcourse discrimination, precision tracking, and hit assessment to support the Ground-Based Midcourse Defense (GMD) Capability and protect the Homeland from long-range missile threats. The LRDR system is comprised of hardware, firmware, and software. The on-array hardware primarily consists of non-commercial products and Commercial-Off-The-Shelf (COTS). The off-array hardware consists of COTS and modified COTS equipment. The software and firmware consists of COTS, modified Government-Off-The Shelf (GOTS), Free-and-Open Source Software (FOSS), and non-commercial software. The on-array and off-array hardware interfaces with Radar System Support Equipment (RSSE). RSSE are all on-site facilities, systems, components, and elements needed to protect, secure, heat, cool, power, and defend the LRDR System and personnel. RSSE sustainment is not subject to this RFI. The sustainment efforts for this RFI are focused on the on-array and off-array hardware and software as well as maintaining system interface requirements with the RSSE to ensure operational availability is maintained.
III. POTENTIAL NEW REQUIREMENTS:
All Hardware and Software activities shall be performed in accordance with MDA Assurance Provisions (MAP) Rev C and Parts, Materials, and Processes Mission Assurance Plan (PMAP) Rev C.
A. Systems Development and Fielding of future LRDR capabilities into the Missile Defense System
A1. Design, test, integrate, and field future LRDR software capabilities, in accordance with Missile Defense System requirements contained in future Element Specifications.
- Enhanced Electronic Protection with Updated Sensor Resource Management for Updated Homeland Defense Threat Space for Ground-Based Midcourse Defense (GMD) Engagements for Increment 12A (Operational Capability in December 2032). This involves additional LRDR performance improvements for GMD engagements against threats with increasingly complex electronic attack capabilities and LRDR sending EP track data to C2BMC to generate a BMD System Track.
A2. Design, test, build, integrate, and field hardware technology capabilities to support LRDR Electronic Protection Modernization Initiative. The LRDR is planning a technology refresh of the tactical mission and data processing groups for fielding at Clear Space Force Station, AK and test strings for use in ground test laboratories for Increment 12A (Operational Capability in December 2032).
B. Hardware and Software Sustainment (Warfighter support of the fielded LRDR system)
Conduct depot level maintenance of the LRDR Radar System that includes equipment end items, parts, components, assemblies, subassemblies, & software maintenance. The LRDR Depot Maintenance shall execute line replaceable unit repair and return via contractor facilities. This type of LRDR hardware support shall include: providing for the repair of COTS and GOTS failed assets repaired at the Original Equipment Manufacturer (OEM) level and/or providing for COTS and GOTS maintenance to maintain reliability and availability as outlined in the LRDR ES. A sample list is provided (Sample Parts Listing). Define, document, and implement Engineering Change Proposals for sustainment-related radar hardware and software changes. Provide Depot Level Technical Orders (TOs) that document the relevant technical data used to conduct depot level support of LRDR equipment.
- Packaging, Handling, Storage, and Transportation (PHS&T) Support
Provide PHS&T support to LRDR by identifying, planning, and resourcing, requirements to maximize availability and usability of the materiel to include support items whenever needed for training or mission execution. The contractor shall ensure all system, equipment, and support items are preserved, packaged, handled, and transported properly, including environmental considerations, equipment preservation for the “short and long storage,” and transportability utilizing industry best practices except where MIL-STD-2073-1E Standard Practice for Military Packaging applies.
- Technical Order Updates – Transition to Technical Data Support Services Enterprise (TDSSe)
The contractor shall maintain and update TOs developed for operation and maintenance of the LRDR system that include integrated training and diagnostic fault isolation procedures in accordance with MIL-STD 38784. The contractor shall interface with TDSSe to provide sustainment support of TOs and engineering data.
- Diminishing Manufacturing Sources and Material Shortage (DMSMS)
Maintain the LRDR DMSMS Plan in accordance with the DoD DMSMS Guidebook to prevent the loss of resources and material needed to build, maintain and operate the LRDR System. Conduct DMSMS Forecasting and generate solutions to prevent events that endanger the life-cycle support and viability of the weapon system. All DMSMS findings and metrics shall be documented and provided to the LRDR Program Office.
Conduct spares manufacturing in accordance with the LRDR Technical Data Package (TDP). The TDP includes (but is not limited to) the following tasks:
- Provide a semi-annual spares analysis to identify a cost effective spares inventory based on the Reliability, Availability, and Maintainability (RAM-T) analysis of the authorized sparing level.
- The Contractor will update and maintain the LRDR Provisioning Parts List and perform proactive forecasting and associated design tradeoffs to minimize DMSMS and obsolescence life cycle vulnerabilities. A sample list is provided (Sample Parts Listing).
- Incorporate RAM-T design considerations that improve operational readiness and mission success, reduce item demand for maintenance and logistics support, and provide essential risk management information.
- Property Management and Item Unique Identification (IUID)
Track and manage Government-Furnished Equipment (GFE) in accordance with FAR 52.245-1 and MDA MANUAL 5000.64-M "Accountability and Management of MDA Equipment and Other Accountable Property Manual”. Provide a Property Inventory Report on a semi-annual basis to track the condition and usage status of Government-Furnished Property (GFP) as well as identify and record all pertinent Contractor Acquired Property (CAP). Mark components, parts, and end items with IUID as required by Defense Federal Acquisition Regulation Supplement (DFARS) 252.211- 7003. Updates and reports to the IUID Registry for GFP will be conducted in accordance with DFARS 252.211-7007.
- Reliability and Maintainability
Perform a Reliability Centered Maintenance (RCM) Analysis to sustain and continuously improve the system and product support strategy. The analysis shall identify a structured process used to determine the optimal failure management strategies for LRDR, based on system reliability characteristics and the intended operating context.
- Maintenance Task Analysis
Conduct a Maintenance Task Analysis (MTA) in accordance with MIL-HDBK-0502A. The MTA shall identify the steps, spares and materials, tools, support equipment, personnel skill levels and facility issues that must be considered for a given repair task and include the elapsed times required for the performance of each maintenance task. MTA shall cover both corrective and preventive maintenance tasks and, when complete, identify all physical resources required to support a system. MTA data will be used to maintain and update maintenance Standard Operating Procedures (SOPs). The MTA shall be reviewed and updated annually during the O&S period.
Maintain the LRDR Support Equipment Plan that identifies equipment required to support LRDR system test and integration. Maintain the LRDR support equipment catalog to include equipment calibration, preventive maintenance, and repair and replace support requirements.
- Training & Training Support
Provide updates to training and training support for the contractor operation and maintenance of the LRDR system. Support must include radar operations and maintenance training in accordance with AFI 36-2251 “Management of Air Force Training Systems”, and with the LRDR ES section on Maintenance Training. The contractor shall update and provide maintenance training to qualify both Warfighter and contractor maintenance personnel on the LRDR system in accordance with approved LRDR maintenance manuals and operations tasks.
Support, maintain, improve, and operate the software capabilities of the LRDR system. To include processes, procedures, people, material, and information required to support, test, maintain, and operate the software aspects of the system by correcting faults and improving performance. The contractor will coordinate and track any actual changes/updates to the software code with the MDA program office in accordance with established MDA configuration management processes.
Sustain cybersecurity posture of the deployed LRDR system in accordance with DoD policies and requirements. The contractor shall assess Information Assurance Vulnerability Management (IAVMs) and Command Tasking Orders (CTOs) to determine applicability and implement product vendor patches and other mitigations. The contractor shall upgrade current cybersecurity hardware, software, processes, and procedures to industry best practices to provide balanced, resilient, defensible, and adaptable cybersecurity protection including but not limited to zero-trust practices, network/endpoint detect and respond, network monitoring, performance monitoring, network/endpoint benchmarking, incident management, log correlation, and device inventories. The contractor will implement vulnerability mitigations and software patches to correct cybersecurity vulnerabilities discovered during routing vulnerability scanning or during cybersecurity test events in hardware, software, and operating system components of LRDR. The contractor will implement a multi-factor authentication solution that meets NIST Authenticator Assurance Level (AAL) 3, Federation Assurance Level (FAL) 3, and Identity Assurance Level (IAL) 3 and will ensure the solution is replay resistant and verifier impersonation resistant.
IV. REQUESTED INFORMATION: Respondents to this RFI are invited to prepare and submit, not later than March 27, 2025, the following:
A. A one (1) page company profile, including Company Name, Point of Contact, Mailing Address and Website, Physical Location, Telephone Number, Email Address, Data Universal Numbering Systems (DUNS) Number, Commercial and Government Entity (CAGE) Code and/or Tax ID Number, Facility Clearance Level, and all applicable socio-economic business/company profile identification [e.g., Large or Small Business (SB), Small Disadvantaged, 8(a), 8(M) (both Woman Owned SB and Economically Disadvantaged Woman Owned SB), Tribally Owned entity Alaskan Native Corporation, Hawaiian Owned Organization, Service Disabled Veteran Owned SB, Historically Underutilized Business Zone (HUBZone) SB, etc.] and the applicable North American Industry Classification System (NAICS) code(s).
B. Scope area capability, the below information is requested:
i. For each of the bulleted scope areas defined under III.A and III.B the respondent chooses to address, the respondent shall provide a description of the their capabilities, resources and approach to meeting the requirements. All bulleted scope areas under section II.A and II.B shall be addressed individually.
ii. Relevant Experience: Included in the Government’s review of current capabilities will be an assessment of the respondent’s demonstrated record of successfully performing efforts similar to those defined within this RFI. Where the respondent has similar/relevant experience within five years, MDA requests the below information:
- Contract number(s)
- Title and objective of contract (in adequate detail to allow MDA to determine relevancy)
- Contracting agency and point of contact information
- Period of performance
- Contract/subcontract value of effort
- Type of contract/subcontract (e.g., fixed price, cost)
- Accomplishments (e.g., products furnished and/or services provided)
iii. Teaming/Subcontracting Arrangements: Specify if a teaming arrangement could be used to meet some or all requirements of the scope. Identify the potential teaming partners/significant subcontractors and address and relevant experience. Identify the portions of work that the prime intends to perform as well as 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 the work identified.
iv. Additional Information: LRDR TDP will not be released with this information request. Please list and describe what (if any) additional data is required to submit a competitive proposal and/or perform a subsequent contract.
v. Miscellaneous Responses to RFIs should address the following:
a) What are the highest risks to transitioning current technical activities and capabilities identified in the requirements scope, and how would you mitigate these risks? What does MDA need to facilitate transition and mitigate risks?
b) Address risk mitigation strategies (as appropriate for the scope area) which address (but not be limited to) the following:
- Learning curve impacts (e.g., trained personnel, maintenance, and situational awareness, etc.)
- Lack of knowledge of radar software development
- Execution of overall management to hardware and software sustainment to meet the Government’s operational, sustainment, development and test objectives
c) Describe your concepts for work with the MDA and collaboration with other LRDR stakeholder contractors and personnel.
d) MDA request recommendations for areas that could be set-aside for small business or broken out for competition.
e) MDA also requests vendors provide existing Multiple Award Schedule (MAS) or other Government-Wide Best in Class contract vehicles that could be used to procure this requirement to be evaluated as a possible acquisition strategy
C. Small Business Considerations: (Applicable to SB respondents only): One objective of this RFI is to determine the capability of small business to meet the requirements contained herein, and to inform the acquisition strategy with regard to setting aside or partially setting aside any future acquisition for small businesses, MDA requests that small business respondents address relevant experience in managing contracts or subcontracts on similar requirements. Respondents teaming with small businesses should provide similar information for all small business subcontractors.
V. SUBMISSION REQUIREMENTS:
Responses are not to exceed 50 total pages (including company profile but not including the Small Business Information required under Requirements Information paragraph IV.C above from Small Business respondents). A respondent’s information/documents submitted in response to this RFI will not be returned.
Responses may be single or double spaced (Times New Roman 12-point font) and in electronic portable document format (.pdf) only with searchable capability (no scanned documents). All responses must be emailed to the Procuring Contracting Officer at mda.schriever.ics.mbx.lrdrteam@mail.mil with the subject line notated as follows: “RFI LRDR PD&S”. All responses must be received no later than March 27, 2025, 5:00 p.m., Central Standard Time. Typed format for responses shall be no smaller than Times New Roman 12 point-font.
Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding submissions.
This RFI is issued solely for information and planning purposes and does not constitute a Request for Proposal (RFP), Invitation for Bid, or an obligation on the part of the Government to acquire any products or services. No funds have been authorized, appropriated, or received for these potential requirements. In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. Neither unsolicited proposals nor any kind of offers will be considered in response to this RFI. No reimbursements will be made for any costs associated with providing information in response to this announcement and/or any follow-up information requests.
VI. GOVERNMENT FURNISHED INFORMATION
The LRDR Product Office plans to provide access to the classified LRDR Element Specification (ES) to better allow industry to assess their capabilities in meeting the requirements in this announcement. Potential respondents may request these documents by emailing an FSO-signed Document Access Agreement and Request Form to mda.schriever.ics.mbx.lrdrteam@mail.mil with the subject line “Classified Documentation Request – LRDR PD&S.” In order to receive this documentation, a requesting company must have a facility clearance and classified storage authorization at the SECRET level or higher.
All Technical data furnished by the Government is in an "as is" condition without any warranty as to its accuracy, completeness, or adequacy. The respondent shall use this technical data at its own risk. The Government assumes no responsibility for such furnished data/documentation nor will the Government have any liability should such data/documentation prove to be inaccurate, incomplete, or otherwise defective. The recipient/respondent shall adhere to all document markings (e.g. export control, FOIA/CUI, distribution statements, etc.)
The following will be provided for this RFI:
a. MAP (Rev C)
b. PMAP (Rev C)
c. LRDR Element Specification (CLASSIFIED) – Upon request
d. AFI 36-2251 “Management of Air Force Training Systems”
e. MDA MANUAL 5000.64-M "Accountability and Management of MDA Equipment and Other Accountable Property Manual”
f. Sample Parts List
Contracting Office Address:
Procuring Contracting Officer
Missile Defense Agency, MDA-GMSL
Building 5222, Martin Road, VBIII
Redstone Arsenal, AL 35898
mda.schriever.ics.mbx.lrdrteam@mail.mil