Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 13, 2009 FBO #2941
SOURCES SOUGHT

A -- Engineering and Technical Services

Notice Date
12/11/2009
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
White Sands Missile Range DOC, Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street, White Sands Missile Range, NM 88002-5201
 
ZIP Code
88002-5201
 
Solicitation Number
W9124Q-10-SVADTECH
 
Response Due
1/11/2010
 
Archive Date
3/12/2010
 
Point of Contact
Mari Beckler, (575) 678-1158
 
E-Mail Address
White Sands Missile Range DOC
(mari.beckler@us.army.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
This is a sources sought announcement only and is not an intent to procure. A solicitation is not available at this time and any requests for a solicitation will not receive a response. The Survivability, Vulnerability and Assessment Directorate (SVAD) conducting market research to determine the capability of 8(a) small businesses in regards to the providing technical personnel and technical support in the areas of Radiation Tolerance / Obsolescence Solutions, Transient Electromagnetics, Electronic Attack / Information Attack (EA/IA), Counter Improvised Explosive Device (C-IED) and Lasers. The Survivability, Vulnerability and Assessment Directorate (SVAD) conduct life-cycle Nuclear Weapon Effects (NWE), Electromagnetic Environmental Effects (E3) and Directed Energy Weapons (DEW) testing, evaluation and assessment. The SVAD has a full spectrum of in-house capabilities and facilities that allows for turnkey testing of almost any system, equipment, component or device in a simulated nuclear radiation environment. In particular, the SVAD has the most complete capability in DOD for accomplishing Initial Nuclear Radiation (INR) effects test and evaluation of Mission Critical Electronics (MCEs) and Hardness Critical Items (HCIs). In addition to owning, operating and maintaining a wide variety of fixed and mobile test and special test facilities, the SVAD has DODs only Semiconductor Test Laboratory (STL), and complete Diminishing Manufacturing Sources and Material Shortages (DMSMS) center, the Radiation Tolerance Assured Supply and Support Center (RTASSC). The former provides DOD the capability to parametrically characterize (measure all electrical parameters) almost all types of MCEs and HCIs used in nuclear survivable systems (includes electromagnetic pulse) which, in turn, allows these devices to be INR tested and evaluated for use in mission essential equipments and systems. The latter provides DOD the capability to provide both proactive and reactive solutions to DMSMS, the number one problem in Legacy systems and a major problem in the Interim Armored Vehicles. RTASSC enables DOD to completely and adequately address nuclear survivability concerns for DMSMS, production, maintenance and repairs. SVADs E3 and DEW facilities, capabilities and personnel expertise are extensive and concentrate on testing, evaluation and assessment, predominantly at the sub-system and system levels. The following objectives are presented to better understand the technical support required: a.The Radiation Tolerance / Obsolescence area supports the operation of the RTASSC facility and assists military, commercial and space programs by identifying Diminishing Manufacturing and Material Shortages (DMSMS) problems, provides technical input into Tracking and Monitoring (T&M) for Obsolescence and radiation purposes, develops and verifies technical solutions. The Radiation Tolerance / Obsolescence area outcome is that the RTASSC facility has a 98% operational rate and all customer support objectives such as obsolescence solutions and T &M are met 95% of the time, such as within required support schedules, funding constraints and technically supportability. b.The Transient Electromagnetics area designs, operates and maintains SVADs transient electromagnetic facilities and performs data reduction and data analysis on SVADs transient electromagnetic testing programs. The Transient Electromagnetics area outcome is that the Transient Electromagnetic facilities have a 93% operational rate and all customer support objectives are met 90% of the time, such as testing support adequately meet testing schedules, data requirements and funding constraints. c.The EA / IA area technically supports experimental design and testing support for EA/IA programs and projects. The EA/IA area outcome is that the technical support ensures that customer support objectives are met 93% of the time, such as testing support to adequately meet testing schedules, data requirements, analytical requirements and funding constraints. d.The C-IED area provides technical support and designs targets, operates and maintains SVADs Joint Directed Energy Test Site (JDETS) facility and performs experimental design, data reductions and data analysis on SVADs C-IED missions and programs / projects. The C-IEDs area outcome is that the JDETS facility has a 95% operational rate and all customer support objectives are met 93% of the time, such as testing support to adequately meet testing schedules, data requirements and funding constraints. e.The Laser area provides technical support and designs, operates and maintains SVADs Pulsed Laser Vulnerability Test Site (PLVTS) facility and performs experimental design, data reductions and data analysis on SVADs laser missions and programs / projects. The Laser area outcome is that the JDETS facility has a 95% operational rate and all customer support objectives are met 93% of the time, such as testing support to adequately meet testing schedules, data requirements, analytical requirements and funding constraints. Additional Technical Support may be required. SVAD may require machinist work and general manufacturing to support the execution of various programs and critical testing facilities. Additionally, there will be requirements for technical / engineering support and consultation for our facilities and capabilities, such as our Electromagnetic, Ionizing Radiation, Obsolescence Solutions, C-IED, Laser and Transient Electromagnetic facilities. Each potential source shall give a brief description of their ability to meet the SVAD Technical Services requirements to include all positions and additional support areas. This description should include a demonstration that the source: has adequate financial resources to perform the contract, or the ability to obtain them; be able to comply with the required or proposed delivery or performance schedule, taking into consideration all existing commercial and governmental business commitments; has a satisfactory record of integrity and business ethics; has the necessary organization, experience, accounting and operational controls, and technical skills, or the ability to obtain them; and has the necessary production, construction, and technical equipment and facilities, or the ability to obtain them. Each potential source is also requested to provide the contract number(s), dollar value(s) and brief description of work previously or currently being performed, which specifically demonstrates the contractors ability to successfully satisfy the requirements of the SVAD Technical Services Contract. Firms shall also provide point of contact information where available for the efforts cited above. All responses to this sources sought are limited to twelve pages and must include the following additional information: name and address of firm, commercial activity/government entity (CAGE) code, small business size status, point of contact name, title, phone, and email. Interested sources shall submit all replies by email to mari.beckler@us.army.mil no later than 1700 MST on 11 January 2010. Acknowledgement of receipt will not be made. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS SOURCES SOUGHT OR TO OTHERWISE PAY FOR THE INFORMATION SOLICITED. This request for information is for planning purposes only and shall not be considered as an Invitation for Bid (IFB), Request for Quotation (RFQ), or Request for Proposal (RFP), or as an obligation on the part of the Government to acquire any products or services. Your responses to this sources sought will be treated as information only. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses to this sources sought or Government use of such information. The Government reserves the right to reject, in whole or part, any contractor input resulting from this sources sought. The information resulting from this sources sought may be included in one or more RFPs, which may be released via the FEDBIZOPS portal.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/77b5d525c972a295251b8887643dc07e)
 
Place of Performance
Address: White Sands Missile Range DOC Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street White Sands Missile Range NM
Zip Code: 88002-5201
 
Record
SN02022485-W 20091213/091211235618-77b5d525c972a295251b8887643dc07e (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.