SOLICITATION NOTICE
A -- Research and development, engineering, analyses, and experimentation in support of determining the survivability and vulnerability of U.S. Army systems to the full spectrum of battlefield threats
- Notice Date
- 3/10/2008
- Notice Type
- Solicitation Notice
- NAICS
- 541330
— Engineering Services
- Contracting Office
- RDECOM Acquisition Center - Adelphi, ATTN: AMSRD-ACC, 2800 Powder Mill Road, Adelphi, MD 20783-1197
- ZIP Code
- 20783-1197
- Solicitation Number
- W911QX-08-R-0011
- Response Due
- 4/25/2008
- Archive Date
- 6/24/2008
- Point of Contact
- Jerry McVeigh, 301-394-1615
- E-Mail Address
-
Email your questions to RDECOM Acquisition Center - Adelphi
(jmcveigh@arl.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The U.S. Army Research Laboratory (ARL), Survivability/Lethality Analysis Directorate is tasked with performing research and development, engineering, 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. Armys lead research and development element for the conventional ballistic and NBC survivability/lethalit y/vulnerability (SLV) analysis of soldiers and weapon systems throughout the systems life cycle. Systems include ground combat systems, anti-armor weapons, aviation systems, anti-air weapons, artillery systems, air defense systems, command and control ve hicle/shelters, engineering vehicles, trucks, complex logistical and tactical systems, anti-material weapons, anti-personnel weapons, and fixed structures. BND is the focal point for planning and executing the U.S. Army Live Fire Test and Evaluation progra ms and Joint Live Fire Test programs. In addition, BND provides technical advice and SLV analyses in the area of NBC, and ballistics. This requirement is for analytical and engineering support for the various programs supported by BND. The support under this proposed contract would include, but not be limited to, analyses of the ballistic, nuclear, and Chemical and Biological (C/B) vulnerability and survivability of U.S. Army air and ground systems, personnel, and all U.S. Army logistical and tactical sy stems; the investigation and recommendation of techniques to reduce the ballistic, nuclear, and C/B vulnerability and enhance the survivability of these systems; the design, planning and evaluation of tests of ground vehicles, munitions, rotorwing/fixed wi ng, 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, personnel, fixed structures, and logist ical and tactical systems to include the development of analytical methods and algorithms, computer codes, pre-and post-processors, and system-specific input data, and also includes the identification of experiments for input validation and algorithm devel opment; 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, manipul ating 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, development of training tools, development of system-specific input data, identify experiments for inpu t validation and development of computer codes to support ballistic SLV analyses of armored combat systems, self-propelled artillery and anti-armor weapons, air systems, personnel, and fixed structures; development, improvement and maintenance of analysis codes and methodologies to analyze the survivability of combat materiel to NBC threats; and development, and updates and maintaining the necessary survivability databases. All of these efforts may be required to be performed either on-site (government fac ility) or at the contractors facility. The anticipated contract type is Indefinite Delivery Indefinite Quantity (IDIQ) under which Task Orders will be issued on a Cost Plus Fixed fee basis. The following labor categories are anticipated to be requi red for this effort: Project Manager, Administrator, Clerical, Subject Matter Expert, Project Engineer, Senior Engineer, Engineer, Junior Engineer, Senior Analy st, Analyst Programmer, Technical Writer, and Operation Research Analyst. The period of performance for this effort is for five years with an estimated contract ceiling of $25,000,000.00. It is estimated that task orders up to $5,000,000.00 will be issue d yearly based on requirements and funding availability. This is a follow-on to Contract DAAD17-03-D-0001 with The Survice Engineering Company, Belcamp, Maryland. The solicitation is set aside for small business concerns only. The North American Industr y Classification System (NAICS) Code for this acquisition is 541330 - Engineering Services with a size standard of $25.M Engineering Services for Military weapons. Only one contract award will 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 contract or otherwise be given access to contract information. Inter ested parties are advised that there will be no paper copies of the solicitation issued. 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://www2.fbo.gov/ index.html, and solicitation 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. Numbered Note 1 applies to this acq uisition - The proposed contract is 100% set aside for small business concerns All responsible small business sources may submit a proposal, which will be considered by the Agency. No telephone requests will be honored. The primary Place o f Performance is US Army Research Laboratory Aberdeen Proving Ground, MD 21005-5001
- Web Link
-
US Army Research Laboratory Home Page
(http://www.arl.army.mil/www/default.htm)
- Place of Performance
- Address: RDECOM Acquisition Center - Adelphi ATTN: AMSRD-ACC, 2800 Powder Mill Road Adelphi MD
- Zip Code: 20783-1197
- Country: US
- Zip Code: 20783-1197
- Record
- SN01528417-W 20080312/080310224622 (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 |