SPECIAL NOTICE
R -- Dugway Proving Ground (DPG) West Desert Test Center (WDTC) Mission Support Services (MSS)
- Notice Date
- 2/19/2025 1:53:11 PM
- Notice Type
- Special Notice
- NAICS
- 541715
— Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
- Contracting Office
- W6QM MICC TSC JBSA FT SAM HOUSTON TX 78234-0000 USA
- ZIP Code
- 78234-0000
- Solicitation Number
- W51EW725RA001
- Response Due
- 3/19/2025 2:00:00 PM
- Archive Date
- 04/03/2025
- Point of Contact
- Ingrid Smith, Eukia Bryant
- E-Mail Address
-
ingrid.v.smith.civ@army.mil, eukia.d.bryant.civ@army.mil
(ingrid.v.smith.civ@army.mil, eukia.d.bryant.civ@army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This special notice is issued in accordance with FAR 5.203, to synopsize the pending solicitation for the DPG WDTC MSS requirement. The United States Army Test and Evaluation Command (ATEC) requires a contract for the continuation of MSS support at WDTC, located at DPG, Utah. The Contractor shall provide services necessary to support and perform field, chamber, and laboratory test services in support of WDTC�s mission. The Contractor shall support and maintain the WDTC divisions, Michael Army Airfield (MAAF), and support the BioTesting Dugway (BTD), Chemical Biological Center (CBC), Combat Capabilities Development Command (DEVCOM) Army Futures Command (AFC) and Test Support Items Maintenance Support. The Contractor shall work with lethal or incapacitating chemical and biological agents, chemical and biological simulants, and test items that have been previously exposed to these agents. The Contractor shall provide engineering and test support in the design and development of test fixtures and facilities, air supply and vacuum systems, vapor and aerosol dissemination and sampling systems, implementation, and manned and unmanned defeat targets. The Contractor shall support the operations and sustainment of laboratories, chambers, ranges, test areas and manned/unmanned system operations in support of the following missions: chamber controlled surety materiel testing, chemical energetic and homemade explosive testing, smoke and obscurant testing, energetic and non-energetic direct/indirect fire, artillery and weapons system testing, large-area simulant disbursement, chemical/biological monitoring and sampling, range debris remediation, environmental and climatic condition test chambers, Unmanned Aerial Systems, Unmanned Ground Systems (UAS/UGS) testing and training to include targets and transportation of UAS/UGS system and equipment items, sensor testing, decontamination testing, meteorological monitoring and chemical/biological material testing. Specific work requirements, performance criteria, and quality control requirements shall be tasked by the government personnel within each WDTC division. The proposed contract action will replace current contract W91151-21-C-0006, with a current final expiration of 23 Dec 2025. The MSS acquisition is a 100% small business set-aside, conducted in accordance with FAR Part 15. This Request for Proposal (RFP) will result in a Cost-Plus Fixed-Fee (CPFF) Indefinite Delivery, Indefinite Quantity (IDIQ) contract with Firm Fixed Price (FFP), Cost, and CPFF Contract Line Item Numbers (CLINs) as set forth at Section B. The Contract Period specifies a sixty (60) day contract Phase-in, four (4) year ten (10) month base ordering period, and one (1) two (2) -year option period. FAR 52.217-8 will be included in the contract. The RFP is anticipated for release ON OR ABOUT 07 Mar 2025.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/87a3a2c97c9c4e18b750070452ec107d/view)
- Record
- SN07346241-F 20250221/250219230030 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |