MODIFICATION
D -- Field Range Testing & Laboratory Support Services
- Notice Date
- 7/2/2003
- Notice Type
- Modification
- Contracting Office
- ACA, Dugway Proving Ground, Division of Contracting, Building 5330 Valdez Circle, Dugway, UT 84022-5000
- ZIP Code
- 84022-5000
- Solicitation Number
- DABJ19-03-R-0009
- Response Due
- 9/2/2003
- Archive Date
- 11/1/2003
- Point of Contact
- ERIC VOKT, 435-831-2107
- E-Mail Address
-
Email your questions to ACA, Dugway Proving Ground
(vokte@dpg.army.mil)
- Small Business Set-Aside
- N/A
- Description
- NA The Army Contracting Agency, Dugway Proving Ground, Utah is requesting proposals for Field Range Testing & Laboratory Support Services to be performed at the West Desert Test Center (WDTC). The WDTC plans, conducts, evaluates, and reports on development al, operational tests, and operational training scenarios, to assess the military value of chemical and biological (CB) defense systems, incendiary and smoke/obscuration munitions systems, and related operational concepts. The WDTC also plans, conducts, ev aluates, and reports on non-CB testing for the Department of Defense (DoD) and other federal agencies (e.g., environmental assessment/impact evaluations, weapons and munitions demilitarization, hazard assessments, and technical / logistical support of Air Force operations at DPG). DPG participates in development of technology and methodology to support assigned testing. Test programs include evaluation of munitions, CB detection and protection devices, testing to determine nuclear / biological / chemical (N BC) contamination / decontami nation survivability of various DoD materiel and equipment, and a wide range of developmental testing and applied research related to tactics, techniques, and procedures. Test procedures involve artillery and mortar fire, aeri al spray trials, physical and environmental stress testing, human factors engineering, virtual reality methodology/implementation, accelerated climatic storage, contamination / decontamination evaluations, and performance and reliability testing of items i n the field or within enclosed chambers. Chemical and biological laboratory support is required to conduct these tests. Such activities include growth and purification of simulants and organisms (including Biolab Safety level 3 operation). Simulant agent materials are frequently disseminated to challenge detection and protection equipment and to evaluate concepts of deployment of detection and protection equipment. Chemical analytical activities are performed to support test and compliance programs to sa tisfy Army, State, and Federal Government regulations on safety, surety, hazardous waste, and the environment. The WDTC is currently certified under the ISO 9000 international standard. Management has adopted the policy of providing equipment and services that have requisite quality to guarantee customer satisfaction throughout the test cycle. The ISO 9000 certif ication is essential in adding creditability to the policy. To achieve this objective, it is the policy of WDTC to establish and maintain an ef ficient and effective quality system, planned and developed in conjunction with all management functions. Determination of conformance of work with customer and regulatory requirements is verified on the basis of objective evidence of quality. The Contrac tor shall fully support and comply with the WDTC ISO 9000 and earned value management requirements. The Contractor shall be required to perform various tasks which will include, but not be limited to, testing for evaluation of various interactions of chemi cal agents including, but not limited to, tabun (GA), sarin (GB), soman (GD), distilled mustard (HD) , nerve agent (VX), chemical agent simulants, and non traditional agents (Toxic Industrial Compounds/Chemical (TICS), and or Toxic Industrial Material, (TI MS)) with existing or developmental military material/equipment under various environmental conditions; testing for evaluation of various biological agents including, but not limited to, Bacillus anthracis, Yersinia pestis, Francisella tularensis, Clostrid ium botulinum toxins, Ricin toxin, Staphylococcal enterotoxins, Brucella species, Burkholderia mallei , B. pseudomallei, vaccine strains of bacterial and viral pathogens including vaccines of agents not listed above; and munitions including but not limited to mortar, 155mm artillery, and smoke and obscurant devices. The Contractor shall be required to set up samplers, test fixtures, photo instrumentation, radio c ommunication, software support, and range control for various field and chamber test sites in support of other types of tests. All generated waste shall be handled in accordance with (IAW) applicable regulations and local procedures. Specific task assignme nts shall be issued by the Government to implement the general requirements of this contract. Each task assignment will define the specific type of field, chamber, virtual reality methodology/implementation, laboratory, test support, analytical, compliance , and protocol functions to be performed. Each specific task assignment will contain sufficient background information (e.g., specifications, drawings, work breakdown structures, milestone schedules, earned value management (EVM) requirements IAW DoD Manu al 5000.2 (refer to Attachment D of DoD Manual 5000.2 for EVM requirements), quality assurance and inspection standards, and other appropriate descriptive material) for the Contractor to determine the scope of work and the performance criteria used for com pleting the work satisfactorily. Task performance documentation generated by the Contractor shall be made available for review by the Contracting Officer's Representative (COR) and/or Contracting Officer. It is our intent to issue an unrestricted (full an d open) competition Cost Plus Fixed Fee Requirements solicitation (DABJ19-03-R-0009) for this requirement. The solicitation will be for one (1) base year (12 months) and nine (9) option periods (12-months each) with the possibility of earning an additional five (5) award term periods (12-months each) for a maximum contract period of 15 years. The solicitation document (DABJ19-03-R-0009) will be available on or around July 15, 2003 through the Army Single Face to Industry website at http://acquisition.army. mil and through the U.S. Army Contracting Agency - Dugway Proving Ground website at https://www.dugway.army.mil/10-3_ContractingDivision.htm (NOTE: When accessing the Dugway Proving Ground website, make sure the address begins with https not http to gain a ccess to the secure web server). Responses are due by September 2, 2003, 1700 (MST). The point of contract concerning this RFP is Mr. Eric S. Vokt, Contract Specialist at (435) 831-2107, or email vokte@dpg.army.mil. A preproposal conference and site vis it for this requirement is scheduled for August 6, 2003. Additional information regarding the proposal conference and the site visit will be made available in a future announcement. Interested parties are also asked to refer to Paragraph L.3.5. of the so licitation for details regarding the preposal conference and site visit.
- Place of Performance
- Address: ACA, Dugway Proving Ground Division of Contracting, Building 5330 Valdez Circle Dugway UT
- Zip Code: 84022-5000
- Country: US
- Zip Code: 84022-5000
- Record
- SN00362774-W 20030704/030702213654 (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 |