Contract Period of Performance (PoP) Extension and Options for Additional Modified Ballistic Re-Entry Vehicle (MBRV)-11 Development, Production, Delivery, and Launch Operations
ID: MDA25DTRFI01Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEMISSILE DEFENSE AGENCY (MDA)MISSILE DEFENSE AGENCY (MDA)HUNTSVILLE, AL, 35898, USA

NAICS

Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology) (541715)

PSC

GUIDED MISSILES (1410)
Timeline
  1. 1
    Posted Mar 24, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 3, 2025, 12:00 AM UTC
  3. 3
    Due Apr 18, 2025, 9:00 PM UTC
Description

The Missile Defense Agency (MDA) of the Department of Defense is conducting a market research initiative to extend the contract period of performance (PoP) for the Modified Ballistic Re-Entry Vehicle (MBRV)-11 development, production, delivery, and launch operations. The objective is to extend the current PoP by three years and add options for three additional MBRV-11s, which are critical for supporting various missile defense system test requirements. This procurement is vital for ensuring the continued production and execution of subscale targets necessary for testing and evaluating missile defense capabilities. Interested parties must submit their responses by April 16, 2025, to the designated email address, and should include relevant experience, capabilities, and cost estimates as part of their submission.

Files
Title
Posted
Apr 3, 2025, 7:05 PM UTC
The document addresses inquiries related to the Request for Information (RFI) for the Contract Extension and Options for Additional Modified Ballistic Re-Entry Vehicle (MBRV). It includes responses from the Missile Defense Agency (MDA) regarding classified documents, specifically the T4 Targets System Performance Specification (TSPS) and MBRV-11 TSPS, which can only be shared via secure communication channels. Although requests for extensions were considered, the MDA has determined a new response deadline of April 16, 2025. Other inquiries focused on unavailability of Technical Data Packages, the MDA's Systems Engineering Processes, and access to certain Interface Control Documents, which are also restricted to authorized personnel. The document clarifies that TSPS is classified and cannot be distributed through standard means. Finally, it advises a contractor seeking to be notified of future MDA procurement opportunities to monitor the government procurement website, sam.gov, as there is no active distribution list for such notices. This RFI process emphasizes the importance of compliance with federal regulations and secure communication in defense procurement activities.
Similar Opportunities
Missile Defense Agency - Multiple Authority Announcement
Buyer not available
The Missile Defense Agency (MDA) of the Department of Defense is issuing a Multiple Authority Announcement (MAA) under Solicitation No. HQ0860-25-S-0001, aimed at enhancing missile defense capabilities through innovative technology development. This initiative invites qualified offerors to propose solutions across various technical areas, including kinetic and hypersonic defense systems, command and control technologies, integrated electronic warfare strategies, and disruptive technologies, with a focus on rapid capability development and prototype systems. The MDA emphasizes the importance of collaboration with non-traditional sources to address evolving defense challenges, and all communications must remain unclassified. Interested parties can direct inquiries to MDA-MAA@mail.mil, and should ensure they are registered in the System for Award Management (SAM) to participate in this opportunity, which spans from March 27, 2025, to March 27, 2030.
MDA Agile Professional Services Solution (MAPSS)
Buyer not available
The Missile Defense Agency (MDA) is seeking qualified vendors to participate in its Agile Professional Services Solutions (MAPSS) initiative, which aims to enhance missile defense capabilities through a structured procurement process. The MDA intends to acquire knowledge-based services across multiple tranches, focusing on areas such as engineering, logistics, cybersecurity, and advisory support, with a significant emphasis on small business participation. This initiative is crucial for maintaining and advancing the U.S. missile defense system, ensuring that the agency can effectively respond to evolving threats. Interested vendors must submit their capabilities statements and responses to Requests for Information (RFIs) by October 3, 2024, and can direct inquiries to primary contact Jennie Frantum at jennie.frantum@mda.mil or by phone at 256-450-3442.
Mid Range Capability (MRC) Production
Buyer not available
The Department of Defense, specifically the Army Contracting Command at Redstone Arsenal, is seeking to acquire a fifth battery for the Mid Range Capability (MRC) weapon system through a sole-source contract with Lockheed Martin Corporation (LMC). This procurement is necessitated by the Army's immediate need for additional Ground Support Equipment (GSE) and is justified under Title 10 U.S.C. 3204(a)(1), as LMC is the only responsible source capable of fulfilling the requirements due to their prior development and production of the first four batteries. The MRC system is critical for enhancing the Army's operational capabilities, and the decision to proceed without full and open competition is based on the lack of comprehensive technical data packages and the significant costs and delays associated with transitioning to another vendor. Interested parties can reach out to LaTasha Y. Porter at latasha.y.porter.civ@army.mil or Thomas B. Mangum at thomas.b.mangum3.civ@mail.mil for further information.
MDA IT Operations & Engineering Solutions (MIOES)
Buyer not available
The Missile Defense Agency (MDA) is seeking proposals for the MDA IT Operations & Engineering Solutions (MIOES) contract, which aims to enhance the agency's capabilities in information technology and engineering services. This procurement focuses on the research, development, testing, evaluation, and integration of missile defense systems, emphasizing the need for a secure and robust IT infrastructure to support mission operations. The MIOES contract is critical for maintaining operational readiness and ensuring compliance with federal cybersecurity standards, with a projected contract award anticipated in the second quarter of fiscal year 2025. Interested parties should monitor updates on SAM.gov and direct inquiries to Jonathan "Jon" Wood at jonathan.wood@mda.mil or Christopher "Chris" Jeon at christopher.jeon@mda.mil.
M-Code LRIP
Buyer not available
The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to negotiate a modification to contract N0001919C0083 for the procurement of AGR5 parts and assemblies, as well as related services for the Tomahawk Land Attack Missile system. This procurement includes the disassembly of AGR4 units, assembly and testing of AGR5 units, modifications to Automated Test Equipment, and acceptance testing, all crucial for supporting the Low Rate Initial Production (LRIP) of the AGR5 system. Raytheon Company, the sole developer and manufacturer of the Tomahawk missile, is the only source capable of fulfilling these requirements due to its exclusive possession of the necessary technical data and expertise. Interested parties may submit responses for consideration, and inquiries can be directed to Zacerry Herbert or Diana K. Harritt via their provided email addresses.
Ballistic Missile Early Warning (BMEW) and Military Satellite Communication (MILSATCOM) Request for Information (RFI)
Buyer not available
The Department of Defense, through the Space Systems Command (SSC), is issuing a Request for Information (RFI) regarding the development of Ballistic Missile Early Warning (BMEW) and Military Satellite Communication (MILSATCOM) systems. This initiative aims to gather industry feedback on capabilities for a space-based architecture that includes Remote Tracking Stations, Satellite Operation Centers, and Mission Data Processing Centers, ensuring compatibility with existing U.S. military systems. The RFI is in response to a request from a partner nation's Ministry of Defense for a comprehensive cost estimate for defense articles and services, highlighting the importance of robust military communication and ballistic missile threat detection. Interested parties must submit their responses, including capability statements and Rough Order of Magnitude (ROM) cost estimates, by May 27, 2025, to the primary contact, SSC IA Market Research, at ssc.iaf.marketresearch@spaceforce.mil.
SPRRA225R0002 MLRS SPARES
Buyer not available
The Defense Logistics Agency (DLA) is soliciting proposals for the procurement of various supplies and services, specifically components for guided missile systems, under Solicitation SPRRA225R0002. This procurement is classified as a sole-source requirement to Lockheed Martin and includes detailed specifications for packaging, marking, inspection, and acceptance criteria, emphasizing compliance with export control laws and counterfeiting risk management. The contract aims to ensure high-quality and timely delivery of defense-related equipment, with a delivery timeline ranging from 150 to 450 days post-award. Interested contractors must submit their proposals by April 29, 2025, and can contact Mari Bretz at hecmari.bretz@dla.mil or Becky Brady at becky.brady@dla.mil for further information.
Notice of Intent: Radar Test Contract (RTC) Bridge Extension
Buyer not available
The Missile Defense Agency (MDA) of the Department of Defense intends to solicit and negotiate a sole source contract for the Radar Test Contract (RTC) Bridge Extension, primarily with Raytheon Company. This contract will support the planning, execution, and analysis of Integrated Master Test Plan (IMTP) defined test events for various Missile Defense System (MDS) radars, including the AN/TPY-2, Sea-Based X-Band Radar (SBX), Upgraded Early Warning Radars (UEWR), and COBRA DANE radar. The services are critical for ensuring the effectiveness of the MDS testing efforts and include program management, risk management, and the sustainment of sensor models. Interested parties must be registered in the System for Award Management and can direct inquiries to Ms. Khaliah Burns at Khaliah.burns@mda.mil. This notice is not a request for competitive proposals, and the government will not pay for information submitted.
SPRRA224R0088 MLRS SPARES
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Huntsville, Alabama, is conducting market research to identify potential manufacturing and supply sources for a one-time procurement of specific items related to the Multiple Launch Rocket System (MLRS). The items sought include a Control Section, GUI, and two types of Test Sets, each with designated National Stock Numbers (NSNs) and part numbers, which require acquisition directly from the actual manufacturers due to the lack of available technical data for competitive solicitation. This procurement is critical for maintaining the operational readiness of military systems, and interested firms, including small and disadvantaged businesses, are encouraged to seek source approval to compete for future efforts. For inquiries, potential suppliers may contact Mari Bretz or Becky Brady via the provided email addresses, with the understanding that this sources sought synopsis does not constitute a formal solicitation and responses are voluntary.
M1128 Base Bleed
Buyer not available
The Department of Defense, specifically the U.S. Army Contracting Command-New Jersey, is conducting a market survey to identify potential sources capable of manufacturing base bleed propellant grains for the M1128 HE Artillery projectile program. The objective is to assess the ability of interested parties to produce 5,000 to 10,000 base bleed grain assembly units per month, which are critical for enhancing the range of conventional artillery systems compatible with platforms like the M777A2 and M109A7. Interested vendors must demonstrate their production capabilities, provide a rough order of magnitude cost estimate, and confirm their ability to meet stringent storage and quality assurance requirements. Responses to this Sources Sought notice are due by April 22, 2025, and should be directed to the primary contact, Ms. Mary O'Connell, at mary.p.oconnell3.civ@army.mil.