Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 09, 2011 FBO #3333
MODIFICATION

A -- Protection of Military Facilities from Chemical and Biological Threats

Notice Date
1/7/2011
 
Notice Type
Modification/Amendment
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
USACE CERL, Champaign, P O Box 9005, Champaign, IL 61826-9005
 
ZIP Code
61826-9005
 
Solicitation Number
W9132T-11-R-0011
 
Response Due
1/24/2011
 
Archive Date
3/25/2011
 
Point of Contact
David Ammeramnn, 2173734490
 
E-Mail Address
USACE CERL, Champaign
(david.g.ammermann@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Introduction This Sources Sought is issued solely for planning purposes and does not constitute a solicitation for proposals, proposal abstracts, or quotations. The ERDC Contracting Office is conducting market research to determine the existence of sources capable of providing "Protection of Military Facilities from Chemical and Biological Threats." It is anticipated that any resultant contract(s) will be firm fixed price, multiple award, indefinite delivery indefinite quantity (IDIQ) contract(s). The period of performance will be for a 1-year basic period with four 1-year options. The North American Industry Classification System (NAICS) code for this acquisition is 541712, and the size standard for small business is 500 employees. The responses to the information requested will assist the Government in determining whether a small business set aside is appropriate. Additionally, we reserve the right to determine if a set-aside is appropriate for one of the targeted socio-economic groups based on the responses to this notice and other pertinent information gathered by the Contracting Officer. This notice is provided as information to the marketplace and is an invitation for an expression of interest and demonstration of small business capability to perform the anticipated work. The Government will not pay for the provision of any information, nor will it compensate any respondents for the development of such information. Background The Construction Engineering Research Laboratory (CERL) is part of the U.S. Army Engineer Research and Development Center (ERDC), which is the Army Corps of Engineers' integrated research and development (R&D) organization. Research and development at ERDC-CERL focuses on infrastructure and environmental sustainment on military installations. Our research results in new technologies that help military installations provide and maintain quality training lands and facilities for soldiers and their families. Many of our products also find use in the private sector, with CERL representing a unique asset to the nation for research in civil engineering and environmental quality. CERL also supports ERDC'S R&D mission in civil works and military engineering. Scope of IDIQ Under the proposed acquisition, the offeror will provide design criteria, materials selection, analysis and engineering, related to systems within Army buildings, structures, and electrical-mechanical systems, and to develop and analyze systems for protection of occupants within Army facilities from chemical, biological (CB) and explosive hazards, including airborne contamination spread by aerosol contaminants, and water contamination. This also includes providing collective protection solutions that scale from fixed site small facilities (e.g. command and control centers) to both open and closed framed large commercial facilities (e.g. train terminals, airports, stadiums). The requirements also include the development of information management systems/tools to remotely monitor CB/explosive hazards and maintain CB sensors and systems and assist in decision support, surveillance and screening capabilities (e.g., tools, systems) to supplement physical security and/or force protection both within and surrounding areas of critical infrastructures. Firms responding to this announcement must be registered in the Central Contractor Registration (CCR) and should include company name, CAGE code, DUNS number, point of contact, address and indicate if it is a small business, 8(a) concern, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, women-owned small business based on the relevant NAICS code. Firms shall provide the following documentation in response to this announcement: 1) proof of facilities clearance level of Secret or higher; and 2) their relevant experience in performing the following types of efforts of similar size and scope within the last five (5) years, including contract number, indication of whether a prime or subcontractor, contract value, Government/Agency point of contract and current telephone number, and a brief description of how the of how the referenced contract relates to the services described herein. Perform literature searches in various areas of engineering and related sciences supporting protection of critical infrastructures to establish the state of the art for the capabilities encompassing: chemical, biological (CB), explosive sensors, decontamination solutions to mitigate spread of aerosol contaminants, collective protection solutions to scale from fixed site small facilities (e.g. command and control centers) to both open and closed framed large commercial facilities (e.g. train terminals, airports, stadiums), information management systems/tools to remotely monitor and maintain systems and assist in decision support, surveillance and screening capabilities (e.g. tools, systems) to supplement physical security and/or force protection both within and surrounding areas of critical infrastructures. Identify deficiencies and limitations of these capabilities. Develop the criteria for data acquisition to meet objectives, develop sampling strategies, perform field surveys, and maintain the quality of acquired data for maintaining operations of and the protection of critical filtering systems. Perform research, development, documentation and technical support in the area of filtering techniques and/or systems that mitigate chemical and biological contaminants. These filtering systems maybe inclusive of filters that are coated with biocidal/antimicrobial coatings. Self-decontaminating surfaces as currently exist need to be further researched and developed to produce easily usable, reliable, durable, effective, economical, safe methods of mitigating biological and chemical contaminants, including infectious diseases, toxic industrial chemicals, and mold. Perform research to develop methodologies, and technical support in the area of self-decontaminating surfaces. Perform research, purchase, develop, demonstrate and validate other methods to effectively mitigate chemical and biological contaminants such as but not limited to the Bioblower and the CATOX to improve their energy efficiencies as well as making them economical to purchase, operate, maintain and integrate into a complete sensor activated CB protection system. The Bioblower is currently under development to economically size it up to adapt it to decontaminate airflows that are typical for entire buildings. Perform research and development, demonstrate and validate methods of decontaminating rooms and ducts by other than the above mentioned basic methods. Develop the criteria for data acquisition to meet objectives, develop strategies, perform field surveys, and maintain the quality of acquired data for maintaining situational awareness against all Hazards in operations supporting Force Protection and Homeland Defense missions. Perform research and development, demonstrate and validate methods to enhance physical and information safety and security through integration of sensing/surveillance tools and capabilities. Develop the criteria for data acquisition to meet objectives, develop strategies, perform field surveys, and maintain the quality of acquired data for miniaturization, modularization, and system integration of detection and surveillance tools and capabilities onto unmanned platforms (mobile or stationary) to assist in reconnaissance, sensitive site assessment, and consequence management missions supporting Force Protection and Homeland Defense missions. Perform research and development, demonstrate and validate methods to use unmanned platforms to enhance physical and information safety and security. In addition, small business size status responses to this sources sought/request for information will be verified by the government via the Online Representations and Certifications Application (ORCA) before making any small business set-aside determination and as such, it is imperative that small businesses ensure their ORCA records are current and accurate (https://orca.bpn.gov/). Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to the respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation which may be published in the future. Technical POC Please forward all technical questions to the technical POC for this Sources Sought Dr L D Stephenson email larry.d.stephenson@usace.army.mil. CONFIDENTIALITY: No proprietary, classified, confidential, or sensitive information should be included in your response. Please limit your response to 10 pages. All written responses must be received by 24 January 2011. Submissions shall be sent via Email to: david.g.ammermann@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/330/W9132T-11-R-0011/listing.html)
 
Place of Performance
Address: ERDC-CERL P O Box 9005, Champaign IL
Zip Code: 61826-9005
 
Record
SN02356441-W 20110109/110107234225-663a164984c43000a97fb19086d89e70 (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.