Federal Bid

Last Updated on 06 Jun 2008 at 8 AM
Solicitation
Redstone arsenal Alabama

10--Synopsis for the Integrated Air and Missile Defense (IAMD) Battle Command Sytem (IBCS) Development Program, Request for Proposal (RFP) W31P4Q-06-R-0275

Solicitation ID W31P4Q-06-R-0275
Posted Date 04 Feb 2008 at 5 AM
Archive Date 06 Jun 2008 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Redstone arsenal Alabama United states 35898
Subject: Synopsis for the Integrated Air and Missile Defense (IAMD) Battle Command System (IBCS) Development Program, Request for Proposal (RFP) W31P4Q-06-R-0275

Description:

The United States Army, through the Integrated Air and Mi ssile Defense (IAMD) Project Office, Huntsville, Alabama, and the U.S. Army Aviation and Missile Command (AMCOM) Acquisition Center, Redstone Arsenal, AL, has a requirement for a full and open competitive procurement for the Integrated Air and Missile Defe nse (IAMD) Battle Command System (IBCS) Development Program procurement, which will be issued by the U.S. Army AMCOM, Acquisition Center, Bldg 5303, Redstone Arsenal, Alabama 35898-5280.

The IBCS Development Program (FY 08 - FY 14) will encompass ac quiring program management, systems engineering, integration, manufacturing, test, logistics, initial production, training and deployment of the IBCS Major End Items (MEIs), the IAMD Integrated Fire Control Network (IFC-Net) and supporting products.
Todays Air and Missile Defense (AMD) systems, composed of weapons, sensors and Battle Management, Command, Control, Communications, Computers and Intelligence (BMC4I) end items, operate as self-contained entities with inherent design limitations. These systems have limited interoperability with other AMD systems and the joint community, but are unable to conduct fully integrated operations. The Army intends to connect individual weapon (launchers with interceptors) and sensor components directly onto a network to achieve net centric operations utilizing IBCS Development Program products. This includes integration and leveraging of existing and planned Future Combat Systems (FCS), Missile Defense Agency (MDA), Single Integrated Air Picture (SIAP), Army Battle Command System (ABCS), and Army IAMD capabilities.

The contracting strategy calls for a negotiated procurement, with full and open competition, for the selection of an IBCS development source using a rolling down-select method. The source selection will be conducted in two steps. The first step will be the award of up to two (2) Phase I  IBCS Preliminary Design contracts with follow-on Phase II/III options. The second step in the source selection consists of an evaluation of Phase I effor ts and updated proposals to select a single offeror that presents the best value to the Government to obtain an award/exercise an option for a Phase I Post IBCS Preliminary Design effort leading to a subsequent Phase II  IBCS System Development and Demons tration (SDD) option to be exercised after IAMD Milestone (MS) B approval. Additionally, at the discretion of the Government, the Phase II IBCS early contingency capability option(s) could also be exercised at the culmination of IAMD MS B.

The ori ginal contract award (Phase I) will be for an eleven (11) month period of performance. The original contract award and all options to be exercised during Phase I will be Cost Plus Fixed Fee (CPFF) efforts. The requirement will have a follow-on Post IBCS Preliminary Design Option 1, which will be for an additional four (4) month period of performance. The requirement will also have an IBCS Phase I Extension Activities Option 2, which will be for an additional eight (8) month period of performance. The SD D Phase of the contract (Phase II) will have a total period of performance of fifty-two (52) months. All options exercised during Phase II will be issued as Cost Plus Incentive Fee (CPIF) efforts. This will include Option 3, for IBCS SDD effort; Option 4 , for Additional IBCS Demonstration End items; Option 5, for IBCS Early Contingency Capability (ECC) Implementation and Demonstration; Option 6-8, which will be one year options for IBCS ECC Interim Logistics Support; and Option 9 for IBCS Low Rate Initial Production (LRIP) Long Lead Items. The Production and Deployment Phase (Phase III) of the contract will have an eleven (11) month period of performance. The requirement will include Option 10 for Test and Engineering Services, which will be issued as a CPFF effort; Option 11, for LRIP, which will be issued as a CPIF effort; Option 12, for LRIP Contractor Logistics Support, which will be issued as a CPFF effort ; and Option 13, for New Equipment Training, which will be issue as a CPFF effort.

OFFERORS ARE ADVISED THAT PERFORMANCE ON THIS PROPOSED CONTRACT WILL REQUIRE ACCESS TO DEFENSE INFORMATION / EQUIPMENT THAT IS NOT CONSIDERED APPROPRIATE FOR RELEASE TO NON-U.S. COMPANIES. THEREFORE, PARTICIPATION AT THE PRIME CONTRACTOR LEVEL IS RESTRICTED TO U.S. COMPANIES. REQUESTS FROM FOREIGN INDUSTRY FOR THE IBCS DEVELOPMENT SOLICITATION WILL NOT BE HONORED. REQUESTS FROM QUALIFIED BIDDERS FOR PARTICIPATION OF FOREIGN NATIONALS, SUBCONTRACTING TO FOREIGN COMPANIES OR PURCHASE OF FOREIGN DEVELOPED PARTS AND/OR MATERIALS WILL BE MADE IAW THE DD FORM 254.

Offerors must register to obtain access to the RFP and attachments through the limited access Program Executive Office (PEO) Missile and Space (MS) Safe website located at: https://ibcs.msl.army.mil/index_files/slide0002.html. Once at the web-site, click on the hyperlink Download RFP Sections and Attachment/Exhibit and then click on register for a new a ccount in the upper left hand corner of the page and follow the registration instructions. Registration will be complete and offerors will be provided access to the website once their TOP SECRET facility clearance has been verified. Offerors will be notifi ed via email of registration approval. At the conclusion of the Pre-Proposal Presentation to Industry, the RFP and attachments will be available for download to registered offerors on the website.

The Government anticipates conducting a Pre-Proposa l Presentation to Industry on 20 Feb 08 to brief industry on technical details concerning the Single Integrated Air Picture (SIAP) Joint Program Office (JPO) provided capabilities, and the Missile Defense Agency (MDA) provided capability. Only registered offerors and their teammates may attend the Pre-Proposal Presentation to Industry. These attendees must provide a visit request to the point of contact listed below no later than 14 Feb 08, 1600 Central Standard Time (CST).

Name: Lear Lynch
Ph one: (256) 842-7503
Fax Numbers: (256) 876-5234 or (256) 842-7684
Email: [email protected]

An agenda for the Pre-Proposal Presentation to Industry will be provided by the Contracting Officer by email along with your Security and F acility Clearances confirmation.

Attendance at the Pre-Proposal Presentation to Industry is not required in order to receive a copy of the RFP and attachments so long as the offeror completes the registration and download the RFP a nd attachments no later than 31 Apr 08, 1600 CST.

The point of contact for this requirement is Contracting Officer, Ms. Mable Youngblood at 256-842-7326, [email protected].

The Draft Request for Proposal previously released for this solicitation is no longer valid.
Bid Protests Not Available