Skip to main content

An official website of the United States government

You have 2 new alerts

LRDR System Development and Hardware_Software Sustainment RFI

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)
  • Original Published Date: Feb 01, 2022 03:50 pm CST
  • Original Response Date: Mar 24, 2022 05:00 pm CDT
  • Inactive Policy: Manual
  • Original Inactive Date: Mar 25, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 5840 - RADAR EQUIPMENT, EXCEPT AIRBORNE
  • NAICS Code:
    • 541715 - Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
  • Place of Performance:
    Clear , AK 99704
    USA

Description

The Missile Defense Agency (MDA), Long Range Discrimination Radar (LRDR) Program is conducting market research to determine interest and capability for sources to perform systems development and hardware and software sustainment on the fielded LRDR radar in Clear, Alaska.  The potential requirements are anticipated for execution in the FY2024 – FY2033 timeframe.

This RFI is issued for planning purposes only as part of the overall market research activity to collect, organize, maintain, analyze and present data in accordance with Federal Acquisition Regulation (FAR)  Part 10 and Defense Federal Acquisition Regulations Supplement (DFARS) Part 210.  The information provided may be used in developing an Acquisition Strategy, Statement of Work, Statement of Objective, or Performance Work Statement for follow- on contracts or new contracts. 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 Freedom of Information Act (FOIA) and its amendments have resulted in an increasing number of requests for copies of industry documents submitted to federal agencies. If a respondent’s submissions contain information that he/she believes should be withheld from such requestors under FOIA on the grounds that they contain “trade secrets and commercial or financial information” [5 USC§552(b)(4)], the respondent should mark its submissions in the following manner: The following notice should be placed on the title page: “Some parts of this document, as identified on individual pages, are considered by the respondent to be privileged or confidential trade secrets or commercial or financial information not subject to mandatory disclosure under the Freedom of Information Act. Material considered privileged or confidential on such grounds is contained on page(s) [enter page number(s)].” Each individual item considered privileged or confidential under FOIA should be marked with the following notice: “The data or information is considered by the submitter to be confidential or privileged, and is not subject to mandatory disclosure under the Freedom of Information Act.”

A respondent’s information/documents submitted in response to this RFI will not be returned.  

The Government intends to use third party, non- government (i.e., 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 nondisclosure agreements have been executed between the third party, non-government support personnel and the MDA and are on file with the MDA. A submission of a response under this RFI constitutes a grant of authority by the respondent to the MDA to allow access to Federal personnel and these third party individuals to any content of the submission that may constitute material with the ambit of the Trade Secrets Act, 18 U.S.C. 1905.

Some information resulting from this RFI may eventually be included in one or more RFPs that will be released to industry.  Any subsequent actions resulting from the evaluation of the information provided in response to the RFI may be synopsized at a future date.  If synopsized, information detailing the specific requirements of this procurement will be included.  Not responding to this RFI does not preclude participation in any acquisition addressed in future RFP(s), if issued. If a solicitation is released, it will be synopsized on the System for Award Management (SAM.gov) website at https://fbohome.sam.gov/. It is the responsibility of the potential respondents to monitor this site for additional information pertaining to this requirement.

Contact Information

Contracting Office Address

  • BLDG. 5222 MARTIN ROAD REDSTONE ARSENAL
  • HUNTSVILLE , AL 35898
  • USA

Primary Point of Contact

Secondary Point of Contact

History