Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 22, 2006 FBO #1669
SOURCES SOUGHT

A -- Experimental Facilities Support Services.

Notice Date
6/20/2006
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
RDECOM Acquisition Center - Adelphi, ATTN: AMSSB-ACA, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-06-SS-7001
 
Response Due
7/17/2006
 
Archive Date
9/15/2006
 
Small Business Set-Aside
N/A
 
Description
This notice is for informational purposes only. W911QX-SS-06-7001 is being issued by the U.S. Army Research Development and Engineering Command (RDECOM) to obtain information from potential small business sources to determine if the Armys requireme nt for technical support for research at experimental facilities located at Aberdeen Proving Ground and other sites may be set aside for small business. This requirement will require ongoing support for a period of 5 years. The government will review qua lification packages submitted by interested small businesses, and based on those submissions make a determination as to if this requirement can be satisfied through a Small Business Set-Aside or Partial Small Business Set-Aside. This requirement is for te chnical support for research at experimental facilities located at Aberdeen Proving Ground, Aberdeen, MD and other sites where researchers from the Army Research Laboratory are conducting experiments. Specifically, the contractor will be required to provid e support for various programs conducted by the Army Research Laboratory to include: Experimental facility preparation, work scheduling, hardware fabrication, installation, setup, and test execution; equipment repair, inventory, and maintenance; instrumen tation development and use; sample preparation and mechanical testing; and preparation and maintenance of data bases. The contractor will be required to conduct research and development of energetic materials to include secondary explosives, pyrotechnic fo rmulations, and gun powder; setup experimental arrays for tests and execute the test and report and analyze results; conduct analyses of penetration by various types of lethal mechanisms; conduct electronic circuit design, fabrication, circuit and system t esting, and product assembly; support operation and maintenance of laboratory flight simulation systems and ground test equipment such as ballistic flight simulator, shock table, spin fixture, projectile balance fixture, and gyroscopes; fabricate or modify many unique and precision items; perform all aspects of armor target assembly, preparation, transport, disassembly, repair, dissection, and analysis; maintain readiness of all guns, howitzers, recoil mechanisms, etc., by monitoring use and scheduling main tenance as required; prepare aircraft, ground, and personnel simulate targets for testing by engineering and fabricating parts, components and sub-systems; conduct research and experimental development work in the broad mission areas of physics of deforma tion under ballistic conditions and conventional warfare survivability technology; support the unmanned ground vehicle program; conduct analytical and experimental studies and evaluations to record and document the kinetic energy and high explosive antit ank munitions fired from the M1A1 as they impact against various targets (sand berms, vehicles and hard targets); general test support for experimental ballistic programs in terminal effects and projectile structural security. Companies should demonstrate their ability to provide between 100 and 150 highly skilled experienced professional workers with a skill mix representing both junior and senior scientists and engineers, engineering and electronics technicians, and engineering aides. In most cases, ski ll levels are driven by mission requirements that are influenced by global situations involving U.S. Army Forces. Company managers should have experience with Government support services contracting, and have experience overseeing a Government contract of similar complexity. Additionally, contractors should demonstrate the ability to provide the required mix and quantity of personnel required to perform the effort. Qualification package submissions should include resumes of key personnel appropriate to f ill the various management and technical positions. All personnel must be able to receive a favorable interim security clearance and able to ultimately receive a Secret Clearance. In order to perform this contract, a facility clearance up to the Secret level is required. Qualification submissions should include evidence of such a clearance. It is requested that the responses be brief, to the point, and no mo re than 10 pages long (the 10 pages can be exceeded if necessary to clarify your data). Companies should include in their submission details of their organizations training program in Safety and Security related matters. Additionally, the contract will require an alcohol and drug free workforce training program that has as an element/structure for monitoring and testing of personnel to maintain an effective drug free work environment. The Government does not intend to award a contract on the basis of th is RFI or otherwise pay for the information solicited. No entitlement to payment of direct or indirect cost or charges will arise as a result of submission of response to this RFI and the Governments use of such information. Based on the initial submissi on, the Government may request additional information/details be provided The Government prefers that no proprietary or confidential business data be submitted in responses to the RFI; however, responses to this RFI that indicated that the information ther ein is proprietary or represents confidential business information will be received and held in confidence for U.S. Government use only. This is a market survey/sources sought synopsis published for information only and shall not be construed as a request for competitive proposals or as an obligation on the part of the U.S. Government. The U.S. Government may proceed with a solicitation on the basis of this market survey/sources sought synopsis but under no circumstance will the U.S. Government otherwise p ay for information solicited hereunder. Any Contract(s) awarded for these efforts will require the contractors personnel to have and maintain security clearance at the Secret Level. Interested parties need to submit a written, detailed capabilities sta tement describing specific qualifications of personnel, proof of security clearances and demonstrated experience in performing any part (or all) of the Governments needs in order for the Government to assess the type of set-aside (if any) under which the resultant solicitation will be issued. NOTE: The Government does not expect a complete technical proposal in response to this announcement. However, in addition to the detailed capabilities statement, interested parties need to identify and certify to their business size standard is based on NAICS code 541330. The Government will review qualification packages submitted by interested small businesses; and based on those submissions make a determination as to if this requirement can be satisfied through a Small Business Set-Aside. If the Government determines that it is unlikely to receive two or more responsive proposals from small business concerns, this procurement will be conducted through full and open competition. Responses to this announcement mu st include the RFI number (W911QX-SS-06-7001) on the mailing and be submitted to Mr. Gerard K. McVeigh, Contracting Officer, at jmcveigh@arl.army.mil . A summary of the work required for this effort is attached for viewing. Response should cite the RFI number in the subject line of the email and should include the name and telephone number of a point of contact having authority and knowledge to discuss responses with government representatives. All correspondence concerning this RFI should refer to RDEC OM RFI number W911QX-SS-06-7001. Place of Contract Performance: Army Research Laboratory, Aberdeen Proving Ground, Aberdeen MD 21005. Set-aside Status: N/A. Go to http://www.arl.army.mil/contracts/kosol.htm to view more on this sources sought synopsi s which contains a document under this number entitled Army Research Laboratory Experimental Facilities Support Services Additional Descriptions.
 
Place of Performance
Address: RDECOM U.S. Army Research Laboratory - Aberdeen ATTN: TBD Aberdeen MD
Zip Code: 21005
Country: US
 
Record
SN01073858-W 20060622/060620220808 (fbodaily.com)
 
Source
FedBizOpps 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.