Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 16, 2002 FBO #0104
SOLICITATION NOTICE

A -- Research and Development

Notice Date
3/14/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Robert Morris Acquisition Center, Adelphi Contracting Division, ATTN: AMSSB-ACA, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
DAAD17-02-R-0012
 
Response Due
5/20/2002
 
Archive Date
6/19/2002
 
Point of Contact
Robin Stoltz, 301-394-3381
 
E-Mail Address
Email your questions to US Army Robert Morris Acquisition Center, Adelphi Contracting Division
(rstoltz@arl.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA This solicitation was formally known as solicitation DAAD17-02-R-SS01. The U.S. Research Laboratory (ARL), Survivability/Lethality Analysis Directorate is tasked with performing research and development, engineering support, analyses, and experimentation in support of determining the survivability and vulnerability of U.S. Army systems to the full spectrum of battlefield threats. The Ballistic and Nuclear Biological and Chemical (NBC) Division (BND) serves as the U.S. Army?s lead research and development element for the conventional ballistic and NBC survivability/lethality/vulnerability (SLV) analysis of soldiers and weapon systems throughout the system?s life cycle. Systems include ground combat systems, anti-armor weapons, aviation systems, anti-air we apons, artillery systems, air defense systems, command and control vehicle/shelters, engineering vehicles, trucks, complex logistical and tactical systems, anti-material weapons and anti-personnel weapons. BND is the directorate focal point for planning an d executing the U.S. Army Live Fire Test and Evaluation programs and Joint Live Fire Test programs. In addition, BND supports electromagnetic environmental effects (E3) survivability for U. S. Army systems, and provides technical advice and SLV analyses i n the area of NBC, E3, and ballistics. This action is for analytical and engineering support for the various programs supported by BND. This support would include, but not be limited to, analyses of the ballistic, nuclear, Chemical and Biological (C/B), and E3 vulnerability and survivability of U.S. Army air and ground systems and all U.S. Army logistical and tactical systems; the investigation and recommendation of techniques to reduce the ballistic, nuclear, C/B, and E3 vulnerability and enhance the sur vivability of these systems; the design, planning and evaluation of tests of ground vehicles, munitions, rotorwing/fixed wing, manned and unmanned aircraft in support of Joint Live Fire (JLF), Live Fire (LF), and Risk Reduction testing; model development; development of SLV methodologies to conduct SLV analyses of ground, air, anti-air, and logistical and tactical systems to include the development of analytical methods and algorithms, computer codes, pre-and post-processors, and system-specific input dat a, and also includes the identification of experiments for input validation and algorithm development; development and improvement of scientific and engineering methods, models and databases to conduct SLV investigations of combat materiel and personnel; development of analytic algorithms and software implementations of tools for modeling, manipulating and querying complex geometric databases that represent weapon systems, terrain, vegetation, atmosphere, battlefield obscurants, other battlefield objects and battlefield phenomena relevant to high-detailed physics-based SLV analyses; the development of strategies and methodologies, and the implementation of software for use in ballistic SLV analyses; development of analytic methods and algorithms, developm ent of system-specific input data, identify experiments for input validation and development of computer codes to support ballistic SLV analyses of armored combat systems, self-propelled artillery and anti-armor weapons, and air systems; development, impro vement and maintenance of analysis codes and methodologies to analyze the survivability of combat materiel to NBC and E3 threats; and development, and updates and maintaining the necessary survivability databases. All of these efforts may be required to b e performed either on-site (government facility) or at the contractor?s facility. The anticipated contract type is time and materials under which task orders will be issued. The following labor categories are anticipated to be used for this effort: proje ct manager, administrator, clerical, project engineer, senior engineer, engineer, junior engineer, senior analyst, analyst, programmer, and operation research a nalyst. The period of performance for this effort is for five years with an estimated contract ceiling of $25,000,000.00. It is presently estimated that task orders up to $5,000,000.00 will be issued yearly based on funding availability. The solicitatio n is set aside for small business concerns only. The North American Industry Classification System (NAICS) Code for this acquisition is 54133 - Engineering Services with a size standard of $23 million dollars in annual receipts. Only one contract award w ill be made under this solicitation. All offerors must have the ability to hold a Secret facility clearance as well as employing personnel capable of being cleared at the Secret level. Foreign nationals will not be permitted to work on this forthcoming c ontract or otherwise given access to contract information. Interested parties are advised that there will be no paper copies of the solicitation issued. The solicitation will be made available on-line at http://w3.arl.army.mil/contracts/opport.htm, and so licitation amendments, if any, will also be found at the same location. Offerors are responsible for checking the website to ensure they have latest information available concerning this acquisition. All responsible small business sources may submit a pr oposal, which will be considered by the Agency. No telephone requests will be honored.
 
Place of Performance
Address: US Army Robert Morris Acquisition Center, Adelphi Contracting Division ATTN: AMSSB-ACA, 2800 Powder Mill Road Adelphi MD
Zip Code: 20783-1197
Country: US
 
Record
SN00042742-W 20020316/020314213413 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.