Search Contract Opportunities

Initial Maneuver Short Range Air Defense (IM-SHORAD) Production   2

ID: W31P4Q-19-R-0002 • Type: Sources Sought

Description

Posted: Feb. 25, 2019, 12:37 p.m. EST
The purpose of this amendment is to answer industry questions that have been submitted. Questions may be submitted until 27 Feb 19 2:00PM CST. In order to accommodate questions, the response date is extended until 7 Mar 19 as indicated in this amendment.
Question 1: Is it the Government's intention to provide the unique IM-SHORAD Stryker A1 Combat Vehicle as Government Furnished Property to support the required production quantity?
Answer: No, the Government does not intend to provide the Stryker A1 Combat Vehicle in any configuration, to include the unique IM-SHORAD variant as Government Furnished Property.
Questions 2. Will the Government furnish the Interface Control Drawing (ICD) to the unique IM-SHORAD Stryker A1 Combat Vehicle?
Answer: No.
Question 3. During the IM-SHORAD prototype effort, we were informed by the OEM that parts for the Mode 5 IFF cannot be sold to Industry, please confirm what parts of IFF will be provided GFE so we can determine what we need to provide with our solution?
Answer: The USG does not intend to provide IFFs as GFE for the IM-SHORAD production contract. IFFs were provided during the prototype effort because there were only six units in existence; therefore, units were unavailable for the contractors to purchase the systems on their own. The IFFs are currently in production, and are available to be procured from the OEM by contractors. The encryption device can only be procured by the Government and this encryption device will be provided as GFE.
Question 4. For better ROM development, please provide additional information on the anticipated delivery schedule between ordering in FY20 and final deliveries in FY24. Is there an expected number of solutions required each year?
Answer: Based on battalion fielding dates, anticipated solutions required each year are as follows: FY21 - 36 Units, FY22 - min 36 units to max 72 units, FY23 - min 36 units to max 72 units.
Question 5. In order to estimate travel and CLS support where should we assume these vehicles will be fielded.
Answer: For the purposes of this RFI, assume BN1 and BN2 will be fielded to EUCOM and BN3 and BN4 will be fielded to FORSCOM.
Question 6. The OTA contract is not forecasting a production decision until May 2020. Some components have a 12 month leadtime, resulting in vehicle deliveries in 2021. The RFI states that the USG would like to see vehicle deliveries to begin in FY2020. What production decision and award dates should we assume for this RFI?
Answer: For the purposes of this RFI, you can assume a production decision of May 2020. The USG expects the respondent to identify all items with long leadtime for production and CLS spares to propose a realistic fielding date. The ordering period will begin in FY2020 with deliveries beginning in FY2021.
Posted: Feb. 8, 2019, 3:51 p.m. EST
The United States (U.S.) Government purpose of this sources sought (SS) notice/request for information (RFI) is to determine if there are sources with the interest and ability to deliver one hundred and forty-four (144) IM-SHORAD systems with deliveries beginning in fiscal year (FY) 2020 and final deliveries in (FY) 2024, and the associated support outlined in this notice.

In accordance with FAR 15.201(e), the U.S. Government will not pay for information received. Responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract. No award is intended as a result of this request.

HISTORY

The U.S. Government invited industry to participate via a bailment agreement in live-fire demonstrations in September 2017 through Sources Sought Announcement Number W31P4Q-17-R-0102. The U.S. Government developed a Directed Requirement following the M-SHORAD live-fire demonstrations. To meet the Directed Requirement, the U.S. Government awarded three Ordnance Technology Initiative (OTI) Agreements (DOTC-19-01-INIT0646: IM-SHORAD Platform Integration; DOTC-19-01-INIT0244: IM-SHORAD Mission Equipment Package; and DOTC 19-01-INIT-0196: IM-SHORAD Stinger Vehicle Universal Launcher) in September 2018. The three OTI Agreements were awarded under Other Transaction Agreement (OTA) W15QKN-18-9-1008 through the Department of Defense Ordnance Technology Consortium (DOTC) Annual Technology Plan - FY19. The OTI Agreements were for the development and testing of the IM-SHORAD prototype.

IM-SHORAD PRODUCTION OVERVIEW

The IM-SHORAD system provides 360 degree air defense protection of the Stryker and Armor Brigade Combat Teams (BCT) throughout the range of military operations. It provides a capability to fill the lack of air defense in current maneuver formations against air threats encountered to include: Rotary Wing (RW), Fixed Wing (FW) and Unmanned Aerial Systems (UAS) (Group 3). The IM-SHORAD applies an open mission command architecture approach integrating the Sentinel Radar, Forward Area Air Defense - Command and Control (FAAD-C2), a Stinger Vehicle Universal Launcher (SVUL), M299 Launcher, and Line of Sight radios on the Stryker A1 vehicle platform. The system interoperates with the fielded Air Defense Interrogator (ADI) and Blue Force Tracker (BFT) systems.

There is a potential for the IM-SHORAD program to become a candidate program within the Defense Exportability Features (DEF) initiative. The IM-SHORAD DEF initiative will assess the feasibility of incorporating technology protection with respect to export variants(s) and estimate the return on DEF investment. The DEF effort requires a 50% cost share by the contractor.

Responses should address a complete IM-SHORAD system.

IM-SHORAD ATTRIBUTES

Vehicle Platform: The IM-SHORAD solution must be integrated onto a unique IM-SHORAD Stryker A1 Combat Vehicle while maintaining the vehicle maneuverability and crew survivability.
Sensor: The IM-SHORAD solution must be interoperable with the Sentinel Radar in its current configuration through the Mission Command Architecture. The solution must also have an onboard acquisition and track sensor capable of detecting, tracking and identifying low-altitude air targets up to 360 degrees.

Mission Command Architecture: The IM-SHORAD solution must be capable of integrating into the FAAD-C2, associated hardware, and Rajant Network Radio. Additionally, the solution must be interoperable with fielded Situational Awareness displays ADI and BFT.

Interceptor: The IM-SHORAD solution must have multiple, Army fielded selectable effectors to include two (2) interceptor types with the basic load of four (4) Stinger Missiles launched from the SVUL and two (2) Longbow Hellfire Missiles launched from the modified M299 launcher.

Gun Effector: The IM-SHORAD solution must have multiple ground qualified and Army fielded mounted gun effectors to include the XM914 30mm cannon and the 7.62mm machine gun.

RESPONSE INSTRUCTIONS

Part A. Business Instructions
Please provide the following information for your company/institution and for any teaming or joint venture partners:
1. Company/Institute name
2. Address
3. Point of Contact
4. Cage Code
5. DUNS Number
6. Phone Number
7. E-mail Address
8. Web page URL
9. Business size status under NAICS 336414 (Guided Missile & Space Vehicle Manufacturing) size standard 1,250 employees

Part B. Capability
1. Description addressing a complete IM-SHORAD system. The U.S. Government is not interested in subcomponents or new technologies requiring qualification testing.
2. Brief description of your company's capabilities and the nature of the goods and/or services you provide.
3. Name of proposed subcontractors, if any.
4. Description of expected performance and effectiveness of proposed solution.
5. Description of the expected performance and effectiveness of proposed solution.
6. Technical Maturity Level of the proposed solution, if applicable.
7. Provide an integration schedule with milestones for the 144 IM-SHORAD systems and major reviews by FY.
8. Provide Rough Order of Magnitude (ROM) cost based upon an Indefinite Delivery, Indefinite Quantity (IDIQ) contract for a duration of five, one-year ordering periods beginning FY 2020 with final deliveries in FY 2024. Components listed in this Sources Sought Notice/RFI are to be either produced new or acquired as Contractor Furnished Equipment.
9. Provide the ROM cost estimate based upon each FY ordering period broken out by System Production, Spares, Engineering Services, Contractor Logistics Support (CLS) & Fielding, Repair & Return and Travel. Include major sub-system levels.
10. Define any Government Furnished Property (GFP) and/or Government Furnished Information (GFI) necessary to complete this effort to include need dates and minimum equipment condition
11. Provide technology and integration risk areas that your organization predicts will challenge cost or schedule.
12. Description of any other relevant information about the proposed system that may be beneficial for the U.S. Government to know.
13. Data rights assumptions.

SUBMISSION INSTRUCTIONS

Submission shall be unclassified, electronic Microsoft Word files (1 file per response, less than eight megabytes) attached to your email transmittal. A Microsoft Excel spreadsheet detailing the break-out of the cost should be included. The file name should contain the responder's name. If there are multiple responses provided by the same responder, unique file names will be provided. Whitepapers shall be limited to no more than 15 pages, single-spaced, 11 point font, Times New Roman, 1 inch margins, with embedded figures (if used) in Microsoft Word. All replies to this synopsis must reference this Source Selection/RFI number. No telephonic inquiries will be accepted.

The whitepapers will be reviewed by U.S. Government personnel and their support contractors. All information provided will be adequately protected. Any proprietary information must be identified. To be reviewed, the statement "Releasable to U.S. Government Agencies and their supporting Contractors for Review Only" must accompany any proprietary submission. The U.S. Government reserves the right to request further clarification or request presentations to enhance understanding of the respondent's submittal. Material from respondent whitepapers, with the exception of identified proprietary information, may be incorporated into future program documentation to include future solicitations.

Overview

Response Deadline
March 7, 2019, 4:00 p.m. EST (original: Feb. 26, 2019, 4:00 p.m. EST) Past Due
Posted
Feb. 8, 2019, 3:51 p.m. EST (updated: Feb. 25, 2019, 12:37 p.m. EST)
Set Aside
None
Place of Performance
REDSTONE ARSENAL, AL 35803 USA
Source
SAM

Current SBA Size Standard
1300 Employees
Pricing
Multiple Types Common
Est. Level of Competition
Average
Odds of Award
39%
On 2/8/19 ACC Redstone issued Sources Sought W31P4Q-19-R-0002 for Initial Maneuver Short Range Air Defense (IM-SHORAD) Production due 3/7/19. The opportunity was issued full & open with NAICS 336414 and PSC 10.
Primary Contact
Title
Contracting Officer
Name
Amy D. Miller   Profile
Phone
(256) 876-3494

Documents

Posted documents for Sources Sought W31P4Q-19-R-0002

Question & Answer

Opportunity Lifecycle

Procurement notices related to Sources Sought W31P4Q-19-R-0002

IDV Awards

Indefinite delivery vehicles awarded through Sources Sought W31P4Q-19-R-0002

Contract Awards

Prime contracts awarded through Sources Sought W31P4Q-19-R-0002

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought W31P4Q-19-R-0002

Similar Active Opportunities

Open contract opportunities similar to Sources Sought W31P4Q-19-R-0002

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > AMC > ACC > ACC-CTRS > ACC RSA
FPDS Organization Code
2100-W31P4Q
Source Organization Code
500038573
Last Updated
March 29, 2019
Last Updated By
PI33_DR_IAE_51681
Archive Date
March 29, 2019