Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 04, 2005 FBO #1255
MODIFICATION

R -- Test Documentation and Management Support Services for the West Desert Test Center. Modification of Presolicitation Notice.

Notice Date
5/2/2005
 
Notice Type
Modification
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
ACA, Dugway Proving Ground, Division of Contracting, Building 5330 Valdez Circle, Dugway, UT 84022-5000
 
ZIP Code
84022-5000
 
Solicitation Number
W911S6-05-R-0004
 
Response Due
6/20/2005
 
Archive Date
8/19/2005
 
Small Business Set-Aside
Total Small Business
 
Description
The Army Contracting Agency, Northern Region; Dugway Proving Ground Directorate of Contracting, Utah (hereinafter referred to as the Government) is requesting proposals (W911S6-05-R-0004) for a the Test Documentation and Management Support Services r equirement at Dugways West Desert Test Center (WDTC). The WDTC plans, conducts, evaluates, and reports on tests of military equipment; and tactics, techniques, and procedures associated with this equipment. WDTCs mission focuses on military chemical / biological (CB) defense, smoke, and illumination systems; and related operational concepts. WDTC also plans, conducts, evaluates, and reports on non-CB testing for the Department of Defense (DoD) and other federal agencies, such as munition system assessm ents. The WDTC regularly participates in the development and validation of technologies and methodologies to support assigned testing. The scope of effort involves supporting the WDTC test mission at the U.S. Army Dugway Proving Ground (DPG), Utah installation. The support involves (as associated with specific task orders) conducting technical studies associated with experimental design and statistical analysis, mathematical modeling, developing computer software applications, providing technical writing support, preparing test plans, preparing other documents associated with testing (e.g., environmental assessments), monitoring data acqu isition in the field, reducing and statistically analyzing data collected, preparing test reports, editing documents, preparing new documents and editing previously prepared Government documents in various stages of development, and preparing comments on G overnment documents. WDTC is currently fully certified under the International Organization for Standardization (ISO) 9001-2000 Quality Management System. WDTC is fully committed to this standard and continues working to stay fully compliant with the standard. This requires maintaining extensive oversight of the overall WDTC quality system. Because documents are one of WDTCs primary products, quality controls in the development of each document are critical to WDTCs success as an industry leader. It is imperative that WDT C effectively control all documents associated with our testing environment. Standing Operating Procedures (SOP), Test Operations Procedures (TOP), Division manuals, work instructions and all other test related documents must be secured and kept up to dat e. The ultimate contract will require the Contractor to play a significant role in the management of all WDTC controlled documents. The Contractor must have demonstrated experience in ISO 9001-2000 Quality Management Systems and an ability to manage docu mentation under the ISO 9000 standard. This requirement is set-aside for small business. The applicable NAICS code is 541710 (500 employees). This is cost plus fixed fee solicitation for one (1) base period of five (5) years, a first option term of three (3) years, and a second option term o f two (2) years for a potential maximum contract length of ten (10) years. The solicitation will be available on or around 4 MAY 2005 through the Armys Single Face to Industry website at https://acquisition.army.mil/asfi/ and through the U.S. Army Contracting Agency  Dugway Proving Ground website at https://www.dugway.army.mil/ CONTRACTING/procurement/solicitations.htm (NOTE: When accessing either the ASFI or the Dugway Proving Ground website, make sure the address begins with https not http to gain access to the secure web server). Responses are tentatively scheduled to be due by no later than 20 JUN 2005, 1700 (MST). The point of contract concerning this RFP is Mr. Eric S. Vokt, Contract Specialist at (435) 831-2107, or email vokte@dpg.army.mil. A preproposal conference and site visit for this requirement is tentatively sched uled for 18 MAY 2005. Interested parties are asked to refer to Paragraph L.13 of the solicitation for additional details and instru ctions regarding the preproposal conference and site visit.
 
Place of Performance
Address: ACA, Dugway Proving Ground Division of Contracting, Building 5330 Valdez Circle Dugway UT
Zip Code: 84022-5000
Country: US
 
Record
SN00799202-W 20050504/050502212004 (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.