Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 13, 2011 FBO #3457
MODIFICATION

H -- Various Testing Methods for the verification and validation of HEMP Hardened Facilities

Notice Date
5/11/2011
 
Notice Type
Modification/Amendment
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
RDECOM Contracting Center - Adelphi (RDECOM-CC), ATTN: AMSRD-ACC, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX11TLW1
 
Archive Date
5/10/2012
 
Point of Contact
Tammy L. Wright, 301-394-0045
 
E-Mail Address
RDECOM Contracting Center - Adelphi (RDECOM-CC)
(tammy.l.wright1@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This special notice is being posted as a sources sought notification for the pre-qualification of contractors capable of providing the following capabilities: The Sensor and Electronic Device Directorate (SEDD) of Army Research Laboratory (ARL) provides support and oversight to Army High-Altitude Electro Magnetic Pulse (HEMP) Hardened Facilities throughout the world, to ensure that their HEMP Hardening Countermeasures meet the current MIL-STD-188-125A. Evaluation thru different testing methods, such as Shielded Enclosure Leak Detection System (SELDS), Shield Effectiveness (SE), Pulse Current Injection (PCI), and Continuous Wave Immersion (CWI) allow for verification and validation that the standard is met. SEDD intends to award one (1) Three (3) year, Firm Fixed Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ), Delivery Order type contract, to a Contractor who can provide all equipment and manpower necessary to perform all methods of testing Shielded Enclosure Leak Detection System (SELDS), Shield Effectiveness (SE), Pulse Current Injection (PCI), and Continuous Wave Immersion (CWI), in accordance with MIL-HDBK-423 and MIL-STD-188-125A, appendices A, B, and C., at various test sites located throughout CONUS and select OCONUS sites. Expected magnitude of this contract is $4.5 million over the life of the contract. Prequalification Information and Requirements Due to the classification of this project, and evaluation criteria of Past Performance as a main criteria; pre-qualification of potential Contractors is required. 1. The Contractor shall submit proof of classification determination made by US Department of Defense, Defense Security Service. The Contractor's facility shall be rated SECRET, or higher. Furthermore, the Contractor shall ensure that all personnel intended to perform work on the contract possesses a clearance of SECRET, or higher, prior to contract award. 2. The Contractor shall submit in writing a list of previous contracts awarded for the performance of similar testing within the last seven (7) years. The contractor shall submit the following information for each of their previous contract(s): a. Agency who issued the contract b. The date of the contract c. The contract number d. Two (2) Government Point of Contacts (POC) information including the following: name, rank/title, email address, and telephone number e. A brief description of the type of test performed, where the test was performed, date test was performed as well as the roles and duties performed by the company during each test. 3. The Contractor shall submit in writing the following company information: a. Legal Company Name b. Company Address, including street address, city, state, and zip code c. CAGE Code d. Business Size e. Applicable Set-Aside Code, if any f. Point of contact information for two (2) people including name, title, email address, and telephone number Upon completion of evaluations and establishment of the prequalification list, contractors who submitted prequalification packages will be notified of the prequalification status. The prequalification process does not constitute an assurance that a subsequent Request for Proposal (RFP) will be issued for this testing. However, when or if an RFP is issued, it will only be provided to contractors on the prequalification list. Any questions or requests for information can be forward to tammy.l.wright1@us.army.mil. Submission is due by 2:00 pm EDT, June 12, 2011. Submission Information Please limit responses to 20 pages maximum. Submit your information to the address listed below by 2:00 pm EDT, June 12, 2011. Preferred method of submission is via email to tammy.l.wright1@us.army.mil. If submitted by mail please send one (1) hard copy and one (1) digital copy (in PDF format on CD) to Tammy L. Wright, Army Research Lab, Attn: CCRD-AD-CO, 2800 Powder Mill Road, Adelphi, MD 20783, by the due date. No telephone inquiries will be entertained. All questions or requests for clarification must be in writing to Tammy L. Wright via e-mail at tammy.l.wright1@us.army.mil, or regular mail.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a0a3c0b1313ab0489c0d916e9a7c8fb2)
 
Record
SN02445388-W 20110513/110511234632-a0a3c0b1313ab0489c0d916e9a7c8fb2 (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.