Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 10, 2003 FBO #0527
SOLICITATION NOTICE

A -- Field Range Testing & Laboratory Support Services

Notice Date
5/8/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
ACA, Dugway Proving Ground, Division of Contracting, Building 5330 Valdez Circle, Dugway, UT 84022-5000
 
ZIP Code
84022-5000
 
Solicitation Number
DABJ19-03-R-0009
 
Response Due
6/2/2003
 
Archive Date
8/1/2003
 
Point of Contact
ERIC VOKT, 435-831-2107
 
E-Mail Address
Email your questions to ACA, Dugway Proving Ground
(vokte@dpg.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA The Army Contracting Agency, Dugway Proving Ground is soliciting comments for the DRAFT Request for Proposal for Field Range Testing & Laboratory Support Services to be performed at the West Desert Test Center (WDTC). The WDTC plans, conducts, evaluates, and reports on developmental, operational tests, and operational training scenarios, to assess the military value of chemical and biological (CB) defense systems, incendiary and smoke/obscuration munitions systems, and related operational concepts. The WD TC also plans, conducts, evaluates, and reports on non-CB testing for the Department of Defense (DoD) and other federal agencies (e.g., environmental assessment/impact evaluations, weapons and munitions demilitarization, hazard assessments, and technical/l ogistical support of Air Force operations at DPG). DPG participates in development of technology and methodology to support assigned testing. Test programs include evaluation of munitions, CB detection and protection devices, testing to determine nuclear/biological/chemical (NBC) contamination / decontami nation survivability of various DoD materiel and equipment, and a wide range of developmental testing and applied research related to tactics, techniques, and procedures. Test procedures involve artillery and mortar fire, aerial spray trials, physical and environmental stress testing, human factors engineering, virtual reality methodology/implementation, accelerated climatic storage, contamination / decontamination evaluations, and performance and reliability testing of items in the field or within enclose d chambers. Chemical and biological laboratory support is required to conduct these tests. Such activities include growth and purification of simulants and organisms (including Biolab Safety level 3 operation). Simulant agent materials are frequently disseminated to challenge detection and protection equipment and to evaluate concepts of deployment of detection and protection equipment. Chemical analytical activities are performed to support test and compliance programs to satisfy Army, State, and Federal Government regulations on safety, surety, hazardous waste, and the environment. The WDTC is currently certified under the ISO 9000 international standard. Management has adopted the policy of providing equipment and services that have requisite quality to guarantee customer satisfaction throughout the test cycle. The ISO 9000 certif ication is essential in adding creditability to the policy. To achieve this objective, it is the policy of WDTC to establish and maintain an efficient and effective quality system, planned and developed in conjunction with all management functions. Deter mination of conformance of work with customer and regulatory requirements is verified on the basis of objective evidence of quality. The Contractor shall fully support and comply with the WDTC??????s ISO 9000 and earned value management requirements. The Contractor shall be required to perform various tasks which will include, but not be limited to, testing for evaluation of various interactions of chemical agents including, but not limited to, tabun (GA), sarin (GB), soman (GD), distilled mustard (HD) , nerve agent (VX), chemical agent simulants, and non traditional agents (Toxic Industrial Compounds/Chemical (TICS), and or Toxic Industrial Material, (TIMS)) with existing or developmental military material/equipment under various environmental condition s; testing for evaluation of various biological agents including, but not limited to, Bacillus anthracis, Yersinia pestis, Francisella tularensis, Clostridium botulinum toxins, Ricin toxin, Staphylococcal enterotoxins, Brucella species, Burkholderia mallei , B. pseudomallei, vaccine strains of bacterial and viral pathogens including vaccines of agents not listed above; and munitions including but not limited to mortar, 155mm artillery, and smoke and obscurant devices. The Contractor shall be required to set up samplers, tes t fixtures, photo instrumentation, radio communication, software support, and range control for various field and chamber test sites in support of other types of tests. All generated waste shall be handled in accordance with (IAW) applicable regulations a nd local procedures. Specific task assignments shall be issued by the Government to implement the general requirements of this contract. Each task assignment will define the specific type of field, chamber, virtual reality methodology/implementation, lab oratory, test support, analytical, compliance, and protocol functions to be performed. Each specific task assignment will contain sufficient background information (e.g., specifications, drawings, work breakdown structures, milestone schedules, earned val ue management (EVM) requirements IAW DoD Manual 5000.2 (refer to Attachment D of DoD Manual 5000.2 for EVM requirements), quality assurance and inspection standards, and other appropriate descriptive material) for the Contractor to determine the scope of w ork and the performance criteria used for completing the work satisfactorily. Task performance documentation generated by the Contractor shall be made available for review by the Contracting Officer's Representative (COR) and/or Contracting Officer. It is our intent to issue an unrestricted (full and open) competition Cost Plus Fixed Fee Requirements solicitation (DABJ19-03-R-0009) for this requirement. The solicitation will be for one (1) base year and nine (9) option periods (12-months each) with t he possibility of earning an additional five (5) award term periods (12-months each). Any information provided to the Government is strictly voluntary and at no costs to the Government. The official solicitation will be announced separately. This announ cement does not constitute a Request for Proposal, or a request for competitive proposals, and it does not restrict the Government as to the ultimate acquisition approach. COMMENT PROCEDURES: 1) The Draft Request for Proposal, DABJ19-03-R-0009, will be available at the following web site: https://www.dugway.army.mil/CONTRACTING/10-3_solicitation.htm. (Note: Make sure the web address begins with https not http in order to access the secure web server). 2) The Cost / Pricing Worksheet should also be obtained and is available at the same web site address provided in item 1. 3) All comments shall be provided in writing and electronically submitted as a Microsoft Word attachm ent to the following email address: vokte@dpg.army.mil. 4) Any comments addressing a specific item in the draft shall reference the section and paragraph number. 5) Any comments not addressing a specific item in the draft shall be marked as GENERAL. 6) In order to conform to established milestone dates, all comments shall be submitted no later than 5:00 PM MST on 2 June 2003. INTERESTED PARTIES PROCEDURES: 1) Organizations interested in the Request for Proposal to be submitted at a future date, may request to be placed on the Interested Parties list. 2) Any requests shall be submitted in writing and emailed to the following e mail address: vokte@dpg.army.mil. 3) The request shall include the following information: a) Full Name of Representative; b) Company Name and Address; c) Email Address; and d) Telephone Number. Your meaningful comments on this Draft Request for Proposal will be appreciated. The point of contract concerning this Draft Request for Proposal is Mr. Eric S. Vokt, Contract Specialist at (435) 831-2107, or email vokte@dpg.army.mil.
 
Place of Performance
Address: ACA, Dugway Proving Ground Division of Contracting, Building 5330 Valdez Circle Dugway UT
Zip Code: 84022-5000
Country: US
 
Record
SN00320423-W 20030510/030508213459 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.