Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 29, 2010 FBO #3108
SOURCES SOUGHT

H -- CBRN Test Support

Notice Date
5/27/2010
 
Notice Type
Sources Sought
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
RDECOM Contracting Center - Natick R&D (RDECOM-CC), ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
W911QY-10-R-0062
 
Response Due
6/11/2010
 
Archive Date
8/10/2010
 
Point of Contact
alvesr, (508) 233-5922
 
E-Mail Address
RDECOM Contracting Center - Natick R&D (RDECOM-CC)
(richard.alves@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT Test and Evaluation Support Notice Type Sources Sought NAICS 541380 Contracting Office Department of the Army, RDECOM Contracting Center Natick Contracting Division, ATTN: CCRD-NA, Building 1, Kansas Street, Natick, MA 01760-5011 ZIP Code 01760-5011 Solicitation Number W911QY-10-R-0062 Response Due June 11, 2010 Point of Contact Richard Alves, (508) 233-5922 E-Mail Address richard.alves@us.army.mil Small Business Set-Aside N/A Description Synopsis: Sources Sought Notice for Test and Evaluation Support. This is not a Presolicitation or Solicitation announcement. This is a sources sought notice only. The purpose of this sources sought notice is to gain market knowledge of potential sources. Other than responses to this Notice, no other responses or inquiries will be accepted. Questions regarding the scope of work or acquisition strategy will not be accepted at this time. In order to protect the integrity of any future procurement that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be made. Responses to this notice shall also include company name, address, and point of contact and must also indicate the following: 1. Size of business pursuant to NAISCS Code: 541380 2. Does your business qualify as a small disadvantaged business? 3. If disadvantaged, specify if your firm is certified under Section 8(a) of the Small Business Act? 4. Is your business a certified HUBZone firm? 5. Is your business a woman-owned or operated business? 6. Are you a certified Service-Disabled Veteran Owned or Veteran Owned business? 7. Is your business a large business? 8. Does your business have experience in Nuclear/Chemical/Biological Defense contracting? If so, please cite. Please provide a capability statement addressing your organizations ability to perform as a prime contractor for the work described in the draft Performance Work Statement (below). Responses are requested no later than close of business (4:30PM EST) June 11, 2010. An electronic response in MS Word of Adobe PDF format is the accepted method. DRAFT PERFORMANCE WORK STATEMENT 1.0 Scope. The scope of this effort is to provide test and evaluation support to the Joint Program Executive Officer for Chemical and Biological Defense (JPEO-CBD), Joint Project Manager for Individual Protection (JPM-IP). Objectives of this effort include the scope of support associated with testing and technical analysis of individual protection systems, components and technologies in support of Joint Service requirements for chemical warfare protection. 1.1 Background. JPM-IP is responsible for providing all Joint Combatant Commands (COCOM), through the JPEO-CBD, with various Individual Protective Equipment (IPE) solutions to protect against the range of CB threat scenarios that may be encountered on the battlefield. As Joint Forces are the leading edge of US warfighting, stability and peacekeeping operations, they will increasingly operate within areas where equipment and personnel could be exposed to highly toxic chemical, biological, radiological or nuclear (CBRN) agents (to include both traditional and non-traditional agents), Toxic Industrial Chemicals (TICs) and Toxic Industrial Materials (TIMs). Exposure to these agents, TICs and TIMs pose a significant threat to Joint operations and is an area of keen interest to the Joint Services as US Forces must be capable of surviving, safely operating and sustaining operations within CBRN hazard, TIC and TIM threat environments. 2.0 General Requirements. The Respondent shall provide a capability statement regarding the ability to provide continuous support as stipulated below: Technical Support Schedule/Performance Support Cost Control The scope of work associated with each of these task activities will vary by activity and may range from simple to complex. The Respondent should demonstrate capability for providing suitable test, technical and analysis expertise to support the tasks delineated by the activity to enable JPM-IP to successfully research, develop and ultimately field Individual Protection capabilities to all of the Department of Defense components. 2.1 Specific Requirements. 2.1.1.Technical Support. JPM-IP is responsible for the research, development, procurement, fielding and overall lifecycle management of all individual protective equipment programs for the JPEO-CBD. In this capacity, JPM-IP provides individual protective ensembles that offer enhanced ocular, inhalation and percutaneous protection against chemical and biological (CB) threats. Inherent within this responsibility are requirements to validate that the protective equipment developed and fielded meets the projected effectiveness against agents, TICs and TIMs as identified by the Joint Forces. The Contractor will assist JPM-IP to this aim with testing and technical analysis support of developmental, current and future IPE through qualified and experienced personnel, certified facilities, materials, supplies and equipment to perform the tasks as outlined and further specified within contract delivery or task orders. This includes developing test plans and protocols; providing validated test equipment and investigative subject matter expertise in direct support of technical analysis and testing; conducting test item control of samples; conducting tests, collecting data and providing technical analysis of characteristics, equipment, systems and subsystems as well as projected effectiveness of IPE against Chemical Warfare Agents (CWAs), TICs and TIMs. Specific tests the Contractor will be responsible for conducting include, but not limited to, First Article Testing (FAT), Production Lot Testing (PLT), Physical Properties as well as swatch and system level testing. Technical analysis and testing of IPE will encompass individual components and system level testing of the entire protective ensemble. The Contractor will also be responsible for special project and non-standard test support as specified by contract delivery or task orders. Actions may include field user evaluations of IPE and consumables to determine operational effectiveness, suitability and survivability; Developmental/Operational Test (DT/OT) support as well as test methodology development to address emerging threats, developmental and improved IPE technologies. The Contractor will be responsible for supporting these efforts with expert understanding of program activities associated with new equipment introduction (e.g. FAT) as well as equipment in production (e.g. PLT). The Contractor will be responsible for supporting these activities with expert test and technical analysis support necessary for test protocols and methodology development, assessments, evaluations, analyses, recommendations, deliverable reports and related input. Emphasis will also be placed on the Contractors ability to identify and resolve issues as well as effective use of resources to meet customer requirements and schedules through the use of quality practices. 2.1.2 Schedule/Performance Support. JPM-IP is responsible for providing CB protective ocular, inhalation and percutaneous solutions that meet Joint Force requirements in accordance with Milestone Decision Authority-approved program milestones. The Contractor is responsible for supporting the JPM-IP in meeting this goal through effective business and technical management by ensuring the quality of contract-required deliverables support scheduled milestones and/or periods of performance. The critical facet of support includes the ability of the Respondent to conduct the required test(s), analyze data and provide the deliverable reports to JPM-IP within 30 calendar days after receipt of samples. The availability and ability of the Respondent to provide effective staffing and resource utilization coincident with program objectives, and managing resources to accommodate priorities of work is also of great importance. 2.1.3 Cost. In addition to technical and schedule parameters, JPM-IP is also responsible for providing CB protective equipment on or under budget. As a result, the Contractor will be responsible to providing efficient and effective cost control. This includes the monitoring and management of costs associated with contract labor, travel and other direct costs when compared with the originally awarded contract value. The Contractor will be required to submit monthly reports detailing progress for all cost type orders, cost expenditures and problems that they may be experiencing. Contracting Office Address: US Army RDECOM CC Natick Contracting Division Attn: CCRD-NA-SY Building 1, Kansas Street Natick, MA 01760-5011 Place of Performance: JPM-IP 50 Tech Parkway Suite 301 Stafford, VA 22556
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/69a2a549e37f4755c3554f9c99cf2c5a)
 
Place of Performance
Address: RDECOM Contracting Center - Natick R&D (RDECOM-CC) ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street Natick MA
Zip Code: 01760-5011
 
Record
SN02162101-W 20100529/100527235046-69a2a549e37f4755c3554f9c99cf2c5a (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.