24-MDA-11756 – Sources Sought – Shipborne Phased Array Instrumentation Radar (SPAIR) RFI

Apr 18, 2024 | Sources Sought

REQUEST FOR INFORMATION/SOURCES SOUGHT –
Shipborne Phased Array Instrumentation Radar (SPAIR)

Agency: Missile Defense Agency (MDA)

Office: Directorate for Test

NAICS: 334511 – Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing

PSC: 5840

Solicitation Number: TBD

Notice Type: Sources Sought

DESCRIPTION

This is a Request for Information (RFI) only, and does not constitute a Request for Proposal (RFP) or any type of commitment by MDA. The MDA, Directorate for Test (DT) is conducting market research in accordance with Federal Acquisition Regulation (FAR) Part 10 to determine interest in our requirement for a new instrumentation radar system.  The results of this research will support the development of an acquisition strategy and help determine the capabilities of potential sources to provide a new Shipborne Phased Array Instrumentation Radar (SPAIR) to replace the X-Band Transportable Radar (XTR-1) on the SS Pacific Tracker (PT).   

The SPAIR radar capability will perform missile defense flight test tracking functions as well as provide additional capabilities for autonomous acquisition, multiple target tracking, and enhanced data collection in MDA and Other Government Agency (OGA) flight tests and support other data collection needs across the Pacific broad ocean area. The radar is expected to employ an Active Electronically Scanned Array (AESA) operating in either S-band or X-band.  The radar is expected to utilize an azimuth/elevation mount providing hemispherical field-of-regard (FOR).   Both full-field-of-view (FFOV) and limited field-of-view (LFOV) architectures are under consideration in order to achieve affordability. The radar shall be capable of tracking multiple targets within its FOR using combined electronic scanning and mechanical steering.

This RFI is intended to help MDA make informed acquisition decisions to:

  • Assess the current marketplace and existing industry capabilities to satisfy the MDA requirements.
  • Obtain recommendations from industry on the acquisition strategies and contractual approaches that are most appropriate to satisfy the MDA requirements.
  • Identify performance/cost trades to inform the Government in defining the final requirements
  • Identify and mitigate any potential barriers to competition.
  • Identify any unique business relationships between industry partners necessary to complete this requirement and determine their effect on cost and schedule.
  • Determine industry data/information needs to support proposal preparations.

Participation in this RFI is strictly voluntary. Information submitted by respondents may be used by MDA for planning purposes in support of a future RFP.  Responses will not be construed as an offer and will not be accepted by MDA to form a binding contract. No entitlement to payment, or direct or indirect costs, or charges to the Government will arise as a result of any submission of a response to this announcement or the Government’s use of such information. All costs associated with responding to this RFI will be solely at the interested party’s expense. Responses should be complete and informative, and should clearly demonstrate competencies and expertise in managing, executing, and delivering the contemplated support. MDA will not accept any responses which include classified information.

This RFI will provide the Government insight into the technical maturity, technology and feasibility to adapt existing radar technology to maritime operations. In this context, provisions for maritime operations include ship motion compensation and salt spray protection. A 20+ year service life is expected for this requirement. MDA is seeking a proven technology base, supported by an active production line(s), and leveraging a continuing sustainment infrastructure.  MDA will focus on acquiring a system anchored on proven commercial/government-off-the-shelf (COTS/GOTS) technologies in order to accelerate the Initial Operational Capability (IOC) timing, reduce costs, and minimize programmatic risks. 

Requirements

This requirement includes removing XTR-1 from the Pacific Tracker and replacing with the SPAIR and integrating SPAIR supporting systems to include cooling, operator controls and displays, mission data storage, and connections for ship provided power.  To facilitate installation, the Government desires that the SPAIR antenna system should not significantly exceed the size, weight and power consumption of the XTR-1 on the PT.  Background information for the PT is in Attachment 1.  XTR-1 antenna size, weight, and power requirements are provided as Government Furnished Information in Attachment 2.

The SPAIR performance requirements are detailed Attachment 3, Mission Derived Radar Characteristics.  Respondents with proven solutions that do not meet all requirements should describe a plan to meet requirements or mitigate performance shortfalls.  The preliminary requirements are parsed into Threshold (Thr) and Objective (Obj) requirements, where appropriate.  The Government is seeking a minimum acquisition and life cycle cost solution, so a solution providing Threshold performance values is acceptable if it enables a cost-effective design.

Full field-of-view (FFOV) eases mission planning and resource management while enabling additional missions and increased resilience. The minimum FOV (Attachment 3) provides a reference point for proposing a limited field-of-view (LFOV) design in order to offer the Government a lower acquisition cost.  Both FFOV and LFOV architectures are of interest for this application.

The Sensitivity Metric[i], sometimes known as “PAG”, is defined as:  

PtGtArLsTs

Where:

Pt  = average transmit power,

Gt = directivity of the transmit antenna,

A = effective aperture area of the receive antenna (nominally Grl2/4p),

Ls= system loss factor including all transmit losses and non-ohmic receive losses, and

Ts = system noise temperature (degrees K).

This metric captures the noise-limited performance of a radar collecting measurements at a specified data rate for a target of specified RCS and range. For this calculation, atmospheric and other propagation losses can be neglected, but radome loss should be included. Narrowband operation can be presupposed for purposes of computing the sensitivity metric.

The Mission Profile (MP) will define criteria for initiating and maintaining tracks and data collection which will be supported by the automated resource manager. The MP will provide criteria for target-specific and event-driven data collection. The radar shall have the capability to track multiple targets within its FOV and across its FOR using combined electronic scanning and mechanical steering. The radar shall be capable of reporting tracks and associated measurements in real time. 

The radar software design and attendant hardware capability will support real-time tracking of multiple targets resolved in range or doppler, but not necessarily in angle according to the capacities of Attachment 3. Targets located within a single beamwidth shall be independently tracked with a single transmit/receive dwell. The tracking algorithms shall be designed to accommodate boosting, ballistic, and maneuvering targets.  To accommodate track split events, the radar shall initiate tracks on child objects while continuing parent tracks and maintaining track genealogy.

Tasked signature collection on specific targets shall be correlated with the associated track number.  The radar shall have the capacity to perform single beam and multiple beam data collection according to event criteria defined in the mission profile or when manually directed from Controls & Displays console.  This data shall be transmitted in near-real-time to support test conduct monitoring and rapid post-test analyses.

The mission profile shall be multithreaded to support interleaved tracks of heterogeneous target types. Target types include:

  • Tactical and strategic ballistic missiles
  • High performance interceptors
  • Hypersonic gliding and powered vehicles
  • Manned and unmanned air-breathing vehicles
  • Balloons
  • Resident Space Objects
  • Calibration balloons

The radar shall report out tracks in real-time according to mission profile criteria or manual designation by the operator.  All tracks and associated metric and signature measurement reports shall be recorded and provided as a post-mission data product.  Measurement reports will be recorded after calibration compensation and pulse compression have been applied.

The SPAIR will provide the following supporting functionalities:

  • Off-line Planner
    • Mission visualization with provision for playback
    • Generate radar coverage performance from test mission plan and ship operating area
    • Search scan design
    • Generate radar mission profile to automate mechanical slewing, acquisition, tracking, and data collection control
    • Define data products and collection criteria
  • Real-time Controls & Displays (C&D) (each C&D position shall support all three options)
    • Track Position: displays tracks in graphical or tabular format, enables track hooking for operator direction, provides status & context
    • Data Position: displays mission profile execution status, enables data collection tasking, displays high-resolution range/doppler signatures
    • System Position: displays radar status and enables operator input and control, accesses built-in test and calibration functions
  • Data Product Extraction and Formatting Manager
    • All measurements processed in real-time with calibration coefficients applied
    • Generate & transmit tracks with associated data products designated in mission profile formatted to support mission monitoring and quick look analysis
    • Generate track-associated metric and signature data products defined in Planner

GOVERNMENT FURNISHED INFORMATION

All technical data furnished by the Government is in an “as is” condition without any warranty as to its accuracy, completeness, or adequacy.  The respondents shall use this technical data at their 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 recipients/respondents shall adhere to all document markings (e.g., export control, FOIA/CUI, distribution statements, etc.)

The following Government Furnished attachments will be provided upon request to the Procuring Contracting Officer:

  • SS Pacific Tracker Background Information
  • XTR-1 Background Information
  • Mission Derived Radar Characteristics

Interested respondents shall complete the enclosed SPAIR Access Agreement Form and submit to the PCO at [email protected] to request access to the attachments. Access approval will be granted based on the following terms:

  • Only US persons with need to know. Companies under foreign ownership, control or influence (FOCI) will be excluded from contract award.
  • Must have SECRET Facility clearance
  • Must have SECRET safeguarding

In addition to submitting the Access Agreement Form via email, interested respondents shall request access to the controlled documents through beta.SAM.gov. Click the document title to request access and enter your reason for requesting access in the popup window that appears. The status of the attachment will change from Controlled to Pending. You will receive an automated email indicating that you requested access to the document.

SUBMISSION REQUIREMENTS

Firms that can meet requirements set forth in this RFI are requested to provide a statement of capabilities and information demonstrating management capability and technical experience on similar acquisitions. The Government is specifically focusing on respondents who can perform the total requirement, from design through manufacture, delivery, installation and operation and maintenance of the radar. Any company who has specific expertise in one or more areas of the proposed project, but cannot support the full requirement, is highly encouraged to develop or join a team that is capable of meeting all facets of the proposed requirement. This will also provide the Government information on the types of business arrangements, costs and legal entities that may be developed to support the radar development in the future.

Because 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 any future acquisition for small businesses, MDA request the following information:

  • The prime small business contractor responding to this RFI must include their past experience in managing subcontractors on similar requirements, and if applicable, include subcontractor or teaming partners’ past experience applicable to requirements specified in this Sources Sought.
     
  • Responsible small businesses planning teaming arrangements to meet the support requirements listed above are expected to articulate the portions of work that the prime 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 for this Sources Sought. 

All responses shall be in Microsoft Word and a searchable Portable Document Format “PDF” in Times New Roman 12pt font, single spaced, and not exceeding 25 pages. It may include a Table of Contents, List of Tables/Figures, and Acronyms List, which will not count against the maximum page limitation. Do not submit generic corporate marketing materials for this RFI, any such materials will not be reviewed by MDA. The response shall consist of the following:

Administrative data:

  1. Company profile, including Company Name, Point of Contact, Address, Telephone and Fax Numbers, Email Address, DUNS Number, CAGE Code and/or Tax ID Number, and Facility Clearance Level.
  2. Respondent’s size status for the identified NAICS code and any applicable socio-economic categories (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, other, etc.).
  3. A statement that the respondent and its subcontractors/suppliers are U.S. firms/businesses and not foreign owned, controlled, or influenced.
  4. A statement whether respondent has a DD Form 254 with MDA or with another Government Agency. Please include respondent’s Facility Security Officer information, contact number, and a point of contact.

Answers to the following questions/requests:

  1. Description of the company’s corporate experience in the areas described in this RFI and define the ability of the responder to provide some or all of the requirements listed in this RFI.
  2. Experience with development, production, testing and integration of existing radar technologies, including maritime platforms.
  3. Provide a description of your radar concept, to include a block diagram, a Blake chart, subsystem descriptions, and sensitivity metric, “PAG”.
  4. Describe key hardware components along with basis for technology maturity, production economy-of-scale, and sustainment commitment.
  5. Describe software development/reuse plans for your radar concept.
  6. Describe waveform/signal processing flexibility afforded by your radar concept, including modulation types, pulse repetition frequencies, and pulse durations,
  7. Provide a Rough Order Magnitude (ROM) cost and schedule to produce the radar described by the requirements in this RFI and the Government provided information.  The schedule requirement is for IOC in 3rd Quarter FY 30 and Full Operational Capability (FOC) in 1st Quarter FY 31. Assume contract award FY28 and identify any known risks to meeting the Government’s IOC and FOC requirement.  The ROM schedule should include top level systems engineering processes and milestones (i.e. Preliminary and Critical Design Reviews), production and installation of the SPAIR capability on Pacific Tracker and verification testing with live tracks in an open ocean environment. Assume Government provided live tracks for verification testing.
  8. For the proposed radar, provide a ROM for the radar size, weight, and power requirements.
  9. Provide a sustainment concept for in-port and at sea operations, including depot support.  Also, provide a ROM cost for annual sustainment of the SPAIR system.
  10. How do you keep staffing/skills current with changing needs and new technologies?
  11. Any recommended changes to the proposed North American Industry Classification System (NAICS) codes? All such suggestions will be considered, however, the Government reserves the right to solicit for the required services in a manner of its own choosing, in accordance with applicable procurement regulations.
  12. If MDA decides to issue a formal solicitation (RFP) for this effort, what is the minimum length of time necessary to prepare a proposal?
  13. Describe the type of documentation and information requirements you would need in a technical library to support your development of a competitive proposal and the execution of the contract if awarded to your company or team.
  14. For your SPAIR concept, list any known proprietary hardware, software, and data products.
  15. Identify any barriers to competition and provide recommendations to mitigate any barriers.
  16. Identify any unique business relationships between industry partners necessary to complete this requirement and determine their effect on cost and schedule.

MDA reserves the right to request follow-up information and/or capability presentations from RFI respondents, as needed, as a result of the information received in response to this RFI. Should MDA decide to request further information, vendors will be contacted separately with instructions for further responses.  The purpose of these follow-up questions and discussions is for MDA to better understand the market capabilities in relation to the various acquisition strategies available for this effort. Information received from follow-up questions and presentations is considered part of the overall market research activity and will be handled in accordance with FAR Part 15.201.

SUBMISSION INSTRUCTIONS

Address all questions concerning this RFI in writing via e-mail to the MDA Procuring Contracting Officer (PCO) at [email protected]. The PCO is the primary Government point-of-contact for this RFI.

Please note that this is not a request for competitive proposals, however, all responsible sources who believe they can meet the complete requirement are encouraged to submit an information package demonstrating the ability to comply with the above-stated requirements, NLT 11:59pm Central Time, 20 Business Days from this posting, electronically to [email protected] and [email protected]. The MDA will not issue paper copies of this request. No extensions will be granted. All submitted information will be handled in accordance with duly applied markings. MDA will not accept any responses which include classified information. Should the vendor deem classified information critical to their response, please submit the request to the PCO.  The U.S. Government will not reimburse any costs associated with submitting a response to this notice.

Industry is encouraged to respond with information not constrained by proprietary data rights. If proprietary data is included in the reply, the respondent is responsible for appropriate markings. Respondents are responsible for adequately marking proprietary information contained in their response on a paragraph-by-paragraph basis.

MDA 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. Appropriate non-disclosure agreements have been executed between the non-Government support personnel and the Government personnel, and are on file with MDA. Submission of a response to this RFI constitutes the participant’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 non-Government support personnel.

CLOSING

The MDA would like to thank all respondents in advance for your feedback. The results of this research will support the development of the strategy for the SPAIR acquisition.  There is a potential for additional RFI’s, Industry Days and One-on-One meeting events related to this acquisition.  Please monitor SAM.Gov. This RFI is issued solely for information and planning purposes – it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This RFI does not commit the Government to contract for any service whatsoever. Further, MDA is not at this time seeking proposals and will not accept unsolicited proposals. Responders are advised that the MDA will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party’s expense. 

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

Approved for Public Release      

24-MDA-11756 (10 Apr 24)

This content is provided for members of the U.S. Veteran Business Alliance by Bidspeed

Bidspeed helps small business contractors win government contracts by dynamically combining several thousand publicly available data sources to provide detailed information and intelligence to government contractors, agencies, and advocacy organizations.