THIS REQUEST IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS REQUEST FOR INFORMATION OR OTHERWISE PAY FOR THE INFORMATION SOLICITED.
The Naval Air Systems Command (NAVAIR), Program Executive Office (PEO) Assault (A) Maritime Patrol and Reconnaissance Aircraft Program Office (PMA-290) is seeking information from industry on capability to support the continued Design, Development, Engineering, and Lifecycle Supportability of the Minotaur Family of Services (MFoS) Enterprise. The overall intent of this is to facilitate the integration of MFoS products into Tri-Service platforms, to include all military tactical data link networks, to achieve MFoS mission requirements. This includes performing design, development, engineering, and lifecycle supportability to field the next-generation of advanced systems such as airborne mission processors, mission management systems, multi-function active sensor radars, Electronics Intelligence (ELINT) systems, Signal Intelligence (SIGINT) systems, Communications Intelligence (COMINT) systems, and Electro-Optical/Infrared (EO/IR) ISR systems with Cyber Security (CS) and Information Assurance (IA) hardening. Responses should demonstrate the the requisite knowledge, technical data and engineering support to perform this effort, and the information submitted should address the feasibility of performing the following tasks to support the technical approach required for the MFoS Enterprise: Description of the Contractor’s Program Management Plan (PMP) and approach to perform Program Management as well as descriptions of the Contractor’s ability to:
[1] develop a roadmap for technology acquisition, insertion, and transition for integration of MFoS products into DoD and DHS platforms;
[2] perform a gap analysis to identify documentation required for transition to production and fielding, including maintaining the technology throughout its lifecycle;
[3] plan and document the entire lifecycle of the technology implementation in order to develop a well-planned systems engineering approach;
[4] research the cost-effectiveness of evolving and emerging technologies and assess the ability of these technologies to significantly enhance the functionality and capability of MFoS products for DoD and DHS platforms;
[5] analyze existing, unmodified MFoS products and recommend modifications for enhancements;
[6] analyze software data and apply software engineering principles to design, develop, integrate, test, and deploy MFoS products that meet the needs of stakeholders;
[7] assess engineering changes, perform feasibility studies, and investigate and resolve hardware system issues associated with MFoS product integration into DoD and DHS platforms in the areas of technology application and insertion and also in the areas of item performance and reliability;
[8] develop rapid prototyping techniques and quick-reaction proof-of-concept prototypes of systems, subsystems, and components related to MFoS product integration;
[9] perform research and analysis to identify MFoS product integration requirements and document data to assess system, subsystem, software, equipment, and component compatibility;
[10] develop and perform Test and Evaluation (T&E) and Verification and Validation (V&V) events, including operational demonstrations, for new and emerging sensor technologies to facilitate the integration of MFoS products into DoD and DHS platforms;
[11] analyze sustainment strategies, perform Analyses of Alternatives (AoAs), and recommend ways to improve lifecycle supportability;
[12] perform maintainability analyses and prepare maintainability planning documentation on systems, subsystems, equipment, and components;
[13] develop, assemble, and install engineering change kits for the insertion of advanced materials, new technologies, and testing or self-monitoring equipment and devices;
[14] develop and deliver non-routine training to educate individual users and using units on the latest MFoS product operational procedures for systems, subsystems, equipment, and components based on the analysis, development, and recommended modifications to proprietary systems associated with the MFoS;
[15] analyze program requirements to assess whether all requirements for Integrated Procurement System (IPS) and Integrated Logistics Support (ILS) planning and implementation have been adequately addressed, and whether planning reflects known operational, design, and support requirements IAW current directives. Generate, implement, analyze, and modify Lifecycle Sustainment Plans (LCSPs);
[16] perform research and analysis to troubleshoot software issues encountered by operational and support users to include help desk support to respond to operational questions and log inquiries for operational systems;
[17] provide software integration laboratories, to include verifying functionality of laboratory requirements, obtaining materials to maintain laboratories, complying with IA mandates, supporting System Security Authorization Agreement (SSAA) requirements, and delivering SSP certifications;
[18] perform software repair activities required to correct software deficiencies in software packages delivered; and
[19] perform these tasks both on and off the aircraft and CONUS/OCONUS.
Include specific relevant technical and management experience performed in the past five (5) years. Must demonstrate the ability to access proprietary software necessary to perform the requirements through the Intellectual Property (IP) holder. The requested information is to assist the Government in conducting market research to determine potential business sources that have the assets, skills, experience, financial stability, qualifications, and knowledge required to support the above request. Include a statement regarding industrial security clearance. This Sources Sought is not, however, a request for inquiries concerning subcontracting opportunities.
HII Mission Technologies Corp is the only known source with the requisite knowledge, technical expertise and access to proprietary data necessary to support the MFoS Enterprise. NAVAIR plans on awarding a contract base plus four options with an planned anticipated award during the Government Fiscal Year (FY) 2026.
SUBMISSION DETAILS:
Interested persons may submit a Capability Statement identifying their interest and capability to respond to the requirement or submit proposals. Only Capability Statements received on or before 15 calendar days after the posting date of this Notice will be considered by the Government. A determination by the Government not to compete this proposed contract action based upon responses to this Notice is solely within the discretion of the Government. Capability Statements received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Capability Statements submitted should be pertinent and specific in the technical/management/business area under consideration, on each of the following qualifications.
Responses to this RFI are not to exceed 20 pages in length on 8.5 x 11 paper with one inch margins and font no smaller than 10 point Times New Roman. A two-sided page will be considered one page for the purpose of counting the 20-page limit. Responses may include multiple concepts. The Government requests that the respondents deliver responses electronically via e-mail in Microsoft Work or PDF format with proper markings for unclassified and propriety information within 15 days of the publication date of this RFI. Classified material SHALL NOT be submitted. All submissions should include RFI Reference Number, company name, company address, CAGE code, DUNS number, and a point-of-contract who is able to discuss the material submitted. Point-of-contract information shall include name, position, phone number, and e-mail address. Acknowledgement of receipt will be provided. All information submitted will be adequately safeguarded from unauthorized disclosure in accordance with FAR Part 15.207. All submissions shall be clearly marked with the following caption: For Official Use Only, Releasable to Government Agencies for Evaluation Purposes Only. Responses that fail to comply with the above instructions or present ideas not pertinent to subject, may not be reviewed. All information received in response to this RFI is submitted at no cost to the Government and will not be returned. The Government is under no obligation to provide responses or comments to the capability statement packages but may request additional information following review. Note: If the interested party is a foreign concern or if a US interested party has a team member or partner who is a foreign entity, adherence to all International Traffic and Arms Regulations (ITAR) is required.
This capability statement package shall be sent by e-mail to Andrew Warner at [email protected]