SOLICITATION NOTICE
13 -- Characterization of Improvised Explosives - RFP
- Notice Date
- 3/31/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- Contracting Office
- Department of Justice, Federal Bureau of Investigation, Procurement Section, 935 Pennsylvania Avenue, N.W., Washington, District of Columbia, 20535, United States
- ZIP Code
- 20535
- Solicitation Number
- DJF-16-1200-R-0000062
- Archive Date
- 5/14/2016
- Point of Contact
- eliana york, Phone: 7036328067
- E-Mail Address
-
eliana.york@ic.fbi.gov
(eliana.york@ic.fbi.gov)
- Small Business Set-Aside
- N/A
- Description
- SF33 - Continuation Appendix 1 Task Order Pricing Template Non Disclosure Agreement Office of Federal Contract Compliance Programs (OFCCP) Past Performance Matrix Past Performance Questionnaire Final Technical Briefing Content Technical Report Content Technical Presentation Content Quarterly Progress Review Contents Project Test and Safety Plan Contents Project Management Plan Contents Monthly Quad Chart Template Monthly Status Report Template List of GFE Wage Determination DC, MD, VA SF33 The Federal Bureau of Investigation (FBI) is issuing a Request For Proposal (RFP) intending to negotiate Indefinite Delivery-Indefinite Quantity, fixed price contracts (base and four one year option periods) for physical, chemical and detection characterization of improvised explosives. Improvised explosives consist of suitable combinations of fuels and oxidizers (either as physical mixtures or incorporated at the molecular level) that can have energetic potential. Tests previously performed for the Government have included measurements of the thermal stability, physical stability, and explosive performance characteristics of improvised explosives. Safety and hazard characterization of improvised explosives provides crucial information regarding their safe handling, manufacturing, and scale-up. Performance characterization experiments, such as, but not limited to, rate stick, critical diameter, and air blast arena tests, are used to test the explosive in a variety of scenarios to determine its explosive potential and quantify its energy release. This has included the remote mixing and synthesis of improvised explosives, up to 5000 lb for select materials, to meet national security threat and mission-critical requirements. Contractors proposing on this solicitation will be required to submit pricing and procedures with their proposal as required in the attached solicitation. Contractors proposing on this solicitation will also be required to sign a Non-Disclosure Agreement (NDA) at the company level within the indicated time frame, along with contractor identifying data: Cage Code, DUNS and TIN. The Statement of Work (SOW) for Task Order 1 under this IDIQ contract is classified as Law Enforcement Sensitive (LES) and will be releases to the requesting contractor upon receipt of the NDA and above mentioned identifying data. RFP DJF-16-1200-R-0000062 is being issued in accordance with FAR Part 15. This RFP is being conducted as an unrestricted procurement. This solicitation is attached and will be distributed solely through the General Services Administration's Federal Business Opportunities website http://www.fbo.gov. Hard copies of the solicitation document will not be available. All future information about this acquisition, including solicitation amendments will also be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition. ***IMPORTANT DATES*** Solicitation Release: 03/31/2016 NDA and Contractor Identifying Data due: 04/04/2016 - 12:00 PM ET Questions due: 04/08/2016 - 9:00 AM ET Past performance Volume due: 04/18/2016 - 12:00 PM ET Proposals due: 04/29/2016 - 12:00 PM ET Interested parties are responsible for monitoring the FedBizOpps website to assure that they have the most up-to-date information regarding this acquisition. The Government will not reimburse interested parties for any costs associated with responding to this solicitation. To be eligible for award, a firm must be registered in the System for Award Management (SAM). Register via the SAM internet site at http://www.sam.gov. Questions may be submitted to Eliana York at eliana.york@ic.fbi.gov or by fax at 703-632-8480 by the cutoff date and time listed above.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/FBI/PPMS1/DJF-16-1200-R-0000062/listing.html)
- Record
- SN04067991-W 20160402/160331234250-967773cbe9b68aa9fe478bee05a8a6e1 (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 |