Search Contract Opportunities

Sources Sought for the AN/MLQ-44 Detecting System, Countermeasures and Quick Reaction Capability systems derived from the AN/MLQ-44 Detecting System, Countermeasures

ID: W56KGY-22-R-G083 • Type: Sources Sought

Description

THIS SOURCES SOUGHT ANNOUNCEMENT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO ISSUE A REQUEST FOR PROPOSAL OR AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. THE ARMY IN DEVELOPING ITS ACQUISITION STRATEGY, PERFORMANCE WORK STATEMENT, STATEMENT OF OBJECTIVES AND/OR PERFORMANCE BASED SPECIFICATION(S), MAY USE THE INFORMATION PROVIDED. PARTIES RESPONDING TO THIS RFI ARE RESPONSIBLE FOR ADEQUATELY MARKING PROPRIETARY OR COMPETITION SENSITIVE INFORMATION CONTAINED IN THEIR RESPONSE.

The Government intends to issue a three-year period of performance extension of the Prophet Enhanced contract (W56KGY-17-D-0006) to the developer and original equipment manufacturer of the Prophet Enhanced (PE) Detecting Systems. The Government does not own the Technical Data for the AN/MLQ-44. The scope of this extension includes procurement, fielding, training, and support activities of the Enhanced Signals Processing (ESP) Kit (AN/MLQ-44E) and all Quick Reaction Capability (QRC) systems derived from the AN/MLQ-44. The QRCs are tactical, electronic warfare systems for which the Government does not own the technical data. All responsible sources may express interest and submit the below requested information, which will be considered by the Government. However, a determination by the Government not to compete this proposed action based upon responses to this posting is solely within the discretion of the Government. The Government intends to award the modification to General Dynamics Mission Systems (GDMS) 3Q FY22.

The purpose of this sources sought is to identify potential PRIME contractors that possess the experience and technical expertise on the AN/MLQ-44 weapon system and derivative QRC systems to a degree that will give the Government confidence of likely successful performance of system production, integration, fielding, and support; to include management, maintenance, procurement, repair, and technical insertion services.

The period of performance is anticipated to be thirty-six (36) months starting in 3QFY22.

Respondents are asked to provide basic information (1-4) as well as information that demonstrates an ability to meet technical requirements (5-18), to include a summarization of past relevant Signals Intelligence (SIGINT) systems experience.

Basic Information:

1. Company name, address, cage code, and full point of contact information.

2. State whether your company is considered a Large or Small Business.

3. Provide confirmation that the company has a Defense Contract Audit Agency (DCAA) approved accounting system.

4. Provide general information regarding any potential or existing teaming arrangements, strategic alliances, or other business arrangements that you may utilize to satisfy the entirety of the requirements, including the anticipated roles/responsibilities for each. This shall include information related to the subcontracting possibilities and what percentage of work in terms of dollars or FTEs should be reserved for Small Business.

Technical Requirements:

5. Provide a description of authorized access to classified [at the Top Secret/Sensitive Compartmented Information (TS//SCI) level] facilities/capabilities (minimum of 30,000 square feet) and the associated TS//SCI cleared, trained/experienced staff to maintain support for program integration, fielding, and additional support activities to begin within 30 days of contract award. Discuss your ability to repair AN/MLQ-44 and QRC Line Replaceable Units within 60 days of contract award. The respondent should provide confirmation that their TS//SCI facility is capable of hosting access to the Secret Internet Protocol Router Network (SIPRNet), the Joint Worldwide Intelligence Communication System (JWICS) and the National Security Agency Network (NSANet) enclaves. Provide a copy of the facility clearance memorandum and the SMO code.

6. Provide proof of an existing staff (or a plan to be fully staffed within 30 days) of TS//SCI cleared personnel that would be dedicated to this program to execute all required management, engineering, production, logistics support, Field Service Representative (FSR) support, training (to include NET training if system mods occur) and modification/retrofit tasks. Also, please identify the facility clearance level and the level of safeguarding classified material at each site the work will be performed.

7. Provide documentation of demonstrated expertise in managing Diminishing Manufacturing Sources and Material Shortages (DMSMS) efforts on a tactical ground SIGINT platform for a minimum period of five (5) years.

8. Provide evidence of the ability to design, integrate, and support QRC systems developed from the AN/MLQ-44, and state if able to start work within 30 days of task order award. Provide contract numbers for previous efforts, if available.

9. Provide a plan to execute formal Contractor/Government testing (i.e., Developmental / Technical Testing and First Article Testing) of a nominal midlife SIGINT technology upgrade including all required documentation.

10. Provide a plan/schedule on obtaining an Authority to Operate (ATO) certification from the Delegated Authorizing Official (DAO) based on successful compliance with the DoD Risk Management Framework (RMF) requirements for the overall system (i.e. system and communications network) to support the above nominal midlife SIGINT technology upgrade.

11. Provide documentation of demonstrated expertise in successfully executing the SCI Facility (SCIF) accreditation process.

12. Provide evidence of knowledge and capacity to provide training (to include New Equipment Training (NET) if system modifications occur) to units, both CONUS and OCONUS, receiving AN/MLQ-44 and QRC systems. Provide examples of respondent's experience.

13. Provide documented experience (minimum five (5) years) with developing, integrating, training, and maintaining/sustaining software for SIGINT systems.

14. Provide documented expertise with other agency collaborative efforts, including, at a minimum, SIGINT dataflow and standard tools.

15. Provide a brief summary of the respondent's knowledge and experience with the TROJAN data network.

16. Provide a list of the top five (5) risks associated with executing this effort (including proposed Mitigation Plans IAW the Department of Defense (DoD)/Defense Acquisition University (DAU) Risk Reporting Matrix).

17. Provide documentation demonstrating expertise in acquiring an approved Army System Safety Release.

18. Provide documented proof (e.g., DoD / other contract numbers, etc.) of the respondent's past experience with producing, integrating, retrofitting, fielding, and supporting tactical ground SIGINT systems / programs. Include customer names and POCs.

Response Instructions:

Please only respond to this RFI if you have the intent to propose as a PRIME with the capability of supporting the entirety of the effort, including satisfying all system integration, fielding, and support functions for AN/MLQ-44E and QRC systems, as well as TS//SCI requirements.

NO CLASSIFIED INFORMATION SHOULD BE INCLUDED IN YOUR RESPONSE. IF YOU HAVE ANY DOUBT/DISCREPANCY REGARDING THE CLASSIFICATION OF DATA/INFORMATION, PLEASE DO NOT INCLUDE IT IN YOUR RESPONSE.

Proprietary information is acceptable but must be marked as proprietary. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).

Responses shall be submitted in hardcopy only (3 copies) and not exceed 35 pages in length excluding cover page and administrative pages. Drawings or other graphics shall not be reduced in size to the extent that legibility is lost. Each page shall be single spaced with a minimum of 12-point Times New Roman font and no less than one-inch margins/borders. Any table or graphic shall utilize a minimum of 10-point Times New Roman font and may be landscape. Do not submit electronic media.

The Government will not reimburse respondents to this notice for any costs incurred in responding, or in any subsequent exchange of information.

Responses must have postage marked no later than Monday, 28 March 2021.

Responses must be sent via FedEx to:

US Army PM EW&C

ATTN: SFAE-IEW-EW Security Office, Alison Powell

Building 5100

6631 Cyber Street

Aberdeen Proving Ground, MD 21005

Please do not call or email any Government Representatives. No questions or inquiries will be entertained.

Overview

Response Deadline
March 28, 2022, 4:30 p.m. EDT Past Due
Posted
March 23, 2022, 8:22 a.m. EDT
Set Aside
None
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
750 Employees
Pricing
Likely Fixed Price
Est. Level of Competition
Low
Odds of Award
26%
Signs of Shaping
The solicitation is open for 5 days, below average for the ACC Aberdeen Proving Ground.
On 3/23/22 ACC Aberdeen Proving Ground issued Sources Sought W56KGY-22-R-G083 for Sources Sought for the AN/MLQ-44 Detecting System, Countermeasures and Quick Reaction Capability systems derived from the AN/MLQ-44 Detecting System, Countermeasures due 3/28/22. The opportunity was issued full & open with NAICS 334515 and PSC 5865.
Primary Contact
Name
Amber M. Lowe   Profile
Phone
None

Documents

Posted documents for Sources Sought W56KGY-22-R-G083

Question & Answer

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought W56KGY-22-R-G083

Similar Active Opportunities

Open contract opportunities similar to Sources Sought W56KGY-22-R-G083

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > AMC > ACC > ACC-CTRS > ACC-APG
FPDS Organization Code
2100-W56KGY
Source Organization Code
500043662
Last Updated
March 23, 2022
Last Updated By
oral.g.grant.civ@mail.mil
Archive Date
March 23, 2022