Missile Defense Agency (MDA) AN/TPY-2 Radar Program Request for Information

Agency:
State: Alabama
Type of Government: Federal
FSC Category:
  • A - Research and development
NAICS Category:
  • 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
Posted Date: Mar 14, 2024
Due Date: May 14, 2024
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
Follow
Missile Defense Agency (MDA) AN/TPY-2 Radar Program Request for Information
Active
Contract Opportunity
Notice ID
MDA24SNSPN04
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
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Mar 14, 2024 12:36 pm CDT
  • Original Response Date: May 14, 2024 05:00 pm CDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: May 29, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: AC25 - NATIONAL DEFENSE R&D SVCS; ATOMIC ENERGY DEFENSE ACTIVITIES; R&D FACILITIES & MAJ EQUIP
  • NAICS Code:
    • 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
  • Place of Performance:
    Redstone Arsenal , AL 35898
    USA
Description

Missile Defense Agency (MDA) AN/TPY-2 Radar Program Request for Information





NAICS:334511



PSC: AC25





Agency: Other Defense Agencies

Office: Missile Defense Agency

Location: MDA-SNA





Solicitation Number: N/A



Reference-Number: MDA24SNSPN04



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



Approved for Public Release: 24-MDA-11716 (7 Mar 24)



Description: The Missile Defense Agency’s Ground Sensors Directorate (MDA/SN) is conducting market research to determine industry interest and capability to meet requirements for its Army Navy/Transportable Radar Surveillance and Control Model-2 (AN/TPY-2) Antenna Equipment Unit (AEU).





The requirements include Firmware and Hardware Development and Engineering Services. The requirements also include the possible production of new antennas or production of portions of the existing AN/TPY-2 antennas to support a modernization plan for refreshing the AN/TPY-2 fleet. MDA will utilize responses received to develop acquisition strategy alternatives that may include competing all or portions of AN/TPY-2 antenna. MDA/SN anticipates contracting for future work for period(s) of performance of up to ten years, depending on final approved contract strategy.





This Request for Information (RFI) is issued solely for information and planning purposes – it does not constitute a Request for Proposal (RFP) or promise to issue an RFP in the future. This RFI does not commit the government to establish a contract for any supply or service whatsoever. Further, MDA is not seeking proposal nor will it accept proposals. All costs associated with responding to this RFI will be solely at the respondent’s expense. Participation in future Agency transactions and procurement opportunities is not contingent on responding to this RFI. MDA will not provide feedback for any submission.





AN/TPY-2 Description:



The current AEU of the X-band AN/TPY-2 is a single face phased array antenna with an aperture of 9.2 meters squared comprised of 25,344 active antenna elements. Elements are manufactured in sets of eight on a single line replaceable unit (LRU) called a Transmit and Receive Integrated Microwave Module (TRIMM) with a quantity of 3,168.





The AEU receives power and cooling from the Cooling Equipment Unit and receives commands and sends information to the Electronic Equipment Unit for radar control and signal processing.





AN/TPY-2 Radar Major Requirement Area Descriptions:





AN/TPY-2 Development






  • Antenna Hardware and Firmware Development



Development focusing on designing an updated antenna architecture to meet or exceed the legacy antennas performance with the following goals and capabilities:






    • Low cost design

    • Maximize COTS industry materials and components

    • High-speed, high-bandwidth, and low-latency data infrastructure

    • Beamforming to bring digitization at the subarray level

    • Agile selectable transmit and receive polarization

    • Wide bandwidth signal conversion

    • Backward compatibility to existing coolant and power connections

    • Backward compatibility is desired for utilizing existing antenna front and rear mobilizer structures to reduce modernization costs








  • Systems Engineering



Systems engineering to support firmware and hardware upgrades including new functionality and capability. Systems engineering includes configuration management, requirements analysis, and requirements verification. Existing legacy antenna requirements utilized as a threshold for new antenna development.






  • Engineering Services



Provide engineering support for AN/TPY-2 related to maintenance efforts which may include but are not limited to trade studies, hardware obsolescence studies, hardware redesign, and technology insertion.





Production






  • Manufacturing of AN/TPY-2 antenna structure and components

  • Spares parts and components to facilitate repairs



Instructions for Submissions:



Respondents to this RFI are invited to prepare and submit responses, no later than May 14, 2024. The Government does not intend to extend this due date. Responses should include the following:




  1. Executive Summary (not to exceed 5 pages or slides, excluding 1.d. below) that includes:

    1. A summary matrix indicating interest in competing for one or more requirement area listed above.

    2. Indication if the respondent possesses a facility clearance and to what level.

    3. Descriptive Data:

      1. Company Name

      2. Specify if US or foreign owned

      3. Point of Contact (POC)

      4. POC Address

      5. POC Telephone and Fax Numbers

      6. POC e-mail Address

      7. DUNS Number

      8. CAGE Code and/or Tax ID Number

      9. Business Size Standard and applicable NAICS codes

      10. Socio-economic Category, if applicable (e.g. woman-owned small business, HUBZone small business; etc.)



    4. Indicate whether Government Furnished technical data would be required in order to facilitate the execution of the capabilities identified in response to this RFI. List and describe this data (does not count toward page limit for Executive Summary)

    5. Indicate whether the respondent is currently performing as a MDA TEAMS or TEAMS-NEXT prime or subcontractor (include contract name (s) and number (s)).



  2. For each major requirement area identified above in which the respondent expresses capability/interest, submit:

    1. White paper (not to exceed 10 pages) that discusses capabilities, recommended alternatives, associated non-recurring engineering costs, and associated risks and mitigation strategies. Note: Risk mitigation strategies should address:

      1. Production of hardware.

      2. Mitigation of the learning curve impacts on operations during transition following award of a contract.

      3. Open, non-proprietary, modular, re-architecture, and maximum re-use and application of existing technologies (hardware and software), designs, and production lines where economies of scale can be applied to minimize acquisition costs and enable future competition.

      4. The technical risks inherent in manufacturing processes.

      5. The technical cost drivers for development and life cycle cost, and opportunities to reduce the Total Ownership Costs.

      6. Description of contractors experience with development, implementation, and management of a product support strategy while applying life cycle management principles.

      7. Provide Rough Order of Magnitude cost for the proposed concept, to include estimated breakout of development, and engineering services.



    2. A capability brief discussing (not to exceed 30 slides) the respondent’s capabilities to perform the requirement area(s) identified above and relevant experience. The brief should include:

      1. A schedule estimate highlighting initial capability delivery/availability.

      2. Description of relevant production and integration capabilities.

      3. If your response addresses a subset of a requirement area identified above versus the entire area, you should also address how your approach would avoid seams/gaps.

      4. Description of any experience with MDA Mission Assurance Provisions (MAP) and Parts, Materials and Processes (PMP) compliance.

      5. Description of any experience with configuration management processes and tools during development, production, and O&S.

      6. Identification of any software Capability Maturity Model Integration (CMMI) designations

      7. Technology Readiness Level and Manufacturing Readiness Level of recommended technologies, manufacturing processes and designs.

      8. Ease of integration into the current X-Band radars and the MDS.

      9. If responding as a team, describe the team’s probable membership, organization, and approach.

      10. Description of the proposed use of digital representations of systems and components and the use of digital artifacts to design and sustain this antenna according to the principles of Digital Engineering.





  3. Data Requirements: Provide a detailed list (page limit is as required) and description of documentation requirements for a technical library to support your development of a future competitive proposal, organized by requirements area identified above, should MDA compete any or all of these requirements. No Government information will be supplied in conjunction with this Sources Sought.

  4. Small businesses are encouraged to respond to this request for information for those areas of the listed requirement in which they have an interest. Responsible small businesses responding to this RFI must demonstrate an approach for complying with the Limitations on Subcontracting (Deviation 2019-O0003) Clause of FAR 52.219-14 by articulating the portions of work that the 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 applicable to the requirements of this acquisition. The prime small business responding to this RFI must include their past experience in managing subcontractors on similar requirements, and include subcontractor or teaming partners past experience applicable to requirements specified in this RFI.





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 their response. The Government intends to use third party, non-Government (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 non-disclosure agreements have been executed between the third party, non-Government (contractor) support personnel and the Government and are on file with the Government. A submission of a response to this RFI constitutes the respondent’s acknowledgement and agreement that the information provided in the response, including any marked or unmarked proprietary or source selection information, may be disclosed to these third party, non-Government (contractor) support personnel.





Questions regarding this announcement shall be submitted in writing by e-mail to the Contracting Officer. Submit all questions no later than April 15, 2024. Although the Government will attempt to answer all questions submitted, the Government is under no obligation to answer any questions submitted after April 15, 2024. Verbal questions will NOT be accepted.





Contracting Office Address:



Missile Defense Agency, MDA/DACX



Building 5224, Martin Rd, Attn: VBIII



Redstone Arsenal, AL, 35898, UNITED STATES





Point of Contact:



Brandon A. Smith, Procuring Contracting Officer, Sensors Contracts



Phone: 256-450-4689



Email: Brandon.a.smith@mda.mil


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
  • Mar 14, 2024 12:36 pm CDTSources Sought (Original)

Sign-up for a Free Trial, Government Bid Alerts

With Free Trial, you can:

You will have a full access to bids, website, and receive daily bid report via email and web.

Try One Week FREE Now

See Also

Follow Radar System Test and Analysis Contract (RSTAC) HQ0862-24-R-0002 RFP Active Contract Opportunity

DEPT OF DEFENSE

Bid Due: 5/13/2024

Follow 2024 MDA Industry Innovation Summit Active Contract Opportunity Notice ID Related Notice

DEPT OF DEFENSE

Bid Due: 6/14/2024

Follow Radar System Test and Analysis Contract (RSTAC) HQ0862-24-R-0002 RFP Active Contract Opportunity

DEPT OF DEFENSE

Bid Due: 5/13/2024