Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 25, 2010 FBO #3135
SOLICITATION NOTICE

A -- Test Support-Engineering Services

Notice Date
6/23/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
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
W91A2K-0145-2007
 
Response Due
6/28/2010
 
Archive Date
8/27/2010
 
Point of Contact
greg.n.wilson, 508 233-4161
 
E-Mail Address
RDECOM Contracting Center - Natick R&D (RDECOM-CC)
(greg.n.wilson@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The U.S. Army RDECOM - Natick Contracting Division, Kansas Street, Natick, MA on behalf of the United States Army Soldier Systems Center, Natick, MA has a requirement for the Purchase of the following: Test Support-Engineering Reporting Scope of Work 1. Background: NSRDEC, PM-FSS, and PM-SCIE have numerous ongoing airdrop S&T and programs of record. Over the life of the programs there are often requirements to conduct tests and certify equipment in accordance with MIL-STD-810G environmental testing. In the past, individual programs have solicited the required services for testing on an as-needed basis. This process of solicitation and multiple contract awards has led to long lead times, duplication of efforts, and higher than necessary prices. There is a need within the WARPADD directorate for a new comprehensive contract to allow multiple programs the ability to quickly and efficiently execute environmental testing. This contract would reduce the total amount of paperwork and time needed to complete this important task. The contractor shall be required to have American Association of Laboratory Accreditation (A2LA) or a similar industry accreditation. When applicable, testing will be coordinated in advance with ATEC and the project IPT prior to any environmental testing being funded. ATEC data collectors may be present on site to witness, record, and validate that all testing was in compliance with MIL-STD-810. 2. Contractor Tasks: a. General Contractor Tasks: 1.The contractor shall perform environmental testing for the Government as required. 2. The contractor shall provide detailed reports summarizing the test results. b. Specific Contractor Tasks: 1.Test Support: a)The contractor shall perform required tests in accordance with MIL-STD-810G, tailored to meet the needs of the Government and the specific program. The contractor shall be responsible for test set-up, execution, and clean-up. b)The contractor shall have the equipment and expertise necessary to perform the following MIL-STD-810G tests: 500.5 Low Pressure (Altitude), 501.5 High Temperature, 502.5 Low Temperature, 503.5 Temperature Shock, 504.1 Contamination by Fluids, 505.5 Solar Radiation (Sunshine), 506.5 Rain, 507.5 Humidity, 508.6 Fungus, 509.5 Salt Fog, 510.5 Sand and Dust, 512.5 Immersion, 513.6 Acceleration, 514.6 Vibration, 516.6 Shock, 517.1 Pyroshock, 520.3 Temperature, Humidity, Vibration, and Altitude, 521.3 Icing/Freezing Rain, 524 Freeze/Thaw, 526 Rail Impact, 528 Mechanical Vibrations of Shipboard Equipment (Type I Environmental and Type II Internally Excited). 2.Reporting: a)The contractor shall provide detailed post-test reports to the Government to include a description of the test set-up, all data collected during the testing, and any observations made during the test. Any test failures shall be well documented with photos and descriptions and the test assets returned to the government. 3. Government Use of Retained Funds: N/A, funding is not congressional 4. Period of Performance: May 2010 - May 2011 5. Deliverable(s): "Detailed test reports shall be delivered within two weeks of the completion of the testing. 6. Government Furnished Equipment: a. Test Support - Any item or system being tested will be furnished by the Government. b. Reporting N/A 7. Report Requirements: None other than the deliverable reports listed above. 8. Security: This project is unclassified. 9. Contractor Manpower Reporting The Contractor shall perform manpower reporting as follows: The Contractor shall report all contractor manpower (including subcontractor manpower) required for performance of this contract using the format provided at the following web address: https://contractormanpower.army.pentagon.mil. The Contractor shall include the following: - Contracting Officer, Contracting Officers Technical Representative - Contract number - Beginning and ending dates covered by reporting period - Contractor name, address, phone number, email address, identity of contractor employee entering data - Estimated direct labor hours (including subcontractors) - Estimated direct labor hours paid this reporting period (including subcontractors) - Total payments (including subcontractors) - Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each subcontractor if different) - Estimated data collection cost - Organizational title associated with the Unique Identification Code (UIC) for the Army Requiring Activity. (UIC for this contract is W911QY) - Locations where contractor and subcontractors perform the work (specified by zip code in the United States and nearest city, country, when in overseas location, using standardized nomenclature provided on the website. - Presence of deployment or contingency contract language - Number of contractor and subcontractor employees deployed in-theater this reporting period (by country) The contractor shall also provide the estimated total cost (if any) incurred to comply with this reporting requirement. The reporting period shall be the period of performance not to exceed 12 months ending 30 September of each Government fiscal year and must be reported by 3 October of each calendar year. The Contractor may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractors systems to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site. For additional information go to https://www3.natick.army.mil and click on Contractor Manpower Reporting. This will be a for a Firm Fixed Price type contract. The applicable North American Industry Classification System (NAICS) Code is 541712. The Government envisions a single purchase order for this acquisition. The requirement will be filled utilizing Federal Acquisition Regulation (FAR) Part 12 Acquisition of Commercial Items and FAR Part 13 Simplified Acquisition Procedures. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. FAR clauses 52.212-4, Contract Terms and Conditions-Commercial Items, and 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items are applicable to this acquisition. The provision at 52.212-2, Evaluation -- Commercial Items is applicable to this acquisition. The following factors shall be used to evaluate offers: Technical (capability of the item offered to meet the Government requirement) and Price. Technical is approximately equal in importance to price. ALL BIDDERS MUST EXPLICITLY RESPOND TO EACH SPECIFICATION REQUEST IN WRITING IN ORDER FOR THE BIDS TO BE CONSIDERED RESPONSIVE. ALL QUOTES SHOULD BE F.O.B DESTINATION (Natick, Ma.). This notice constitutes the request for quotes (RFQ) and is the only solicitation. Proposals are requested and a written solicitation will not be issued. In accordance with Federal Acquisition Regulation (FAR) Part 5.102(a), all documents associated with this acquisition will be available via the Government point of entry (GPE) http://www.fedbizopps.gov, and via the US Army RDECOM-Natick Homepage at https://www3.natick.army.mil (go to Business Opportunities, then to Ongoing Acquisitions, then to this solicitation number). No hard copies will be provided. Firms shall not be reimbursed for any costs associated with proposal preparation. Interested parties should send a request and Offeror Representations and Certifications-Commerical items, to Greg Wilson, by e-mail to greg.n.wilson@us.army.mil. Questions concerning this acquisition may be addressed to the above address, Attention: Mr. Greg Wilson (AMSRD-ACC-NS) or by E-mail at greg.n.wilson@us.army.mil. This announcement expires at 8:00 a.m. local time on Monday, June 28, 2010.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/074cd31c76e3ee9034647c3bc0946e03)
 
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
SN02186193-W 20100625/100623235249-074cd31c76e3ee9034647c3bc0946e03 (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.