Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 31, 2007 FBO #1951
SOURCES SOUGHT

A -- Defense Threat Reduction Agency Nuclear Weapons Effects Simulator Test Support

Notice Date
3/29/2007
 
Notice Type
Sources Sought
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
Other Defense Agencies, Defense Threat Reduction Agency, Albuquerque Contract Office (BDQC), 1680 Texas Street SE, Kirtland AFB, NM, 87117-5669, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-HDTRA2-08-C-0000
 
Response Due
4/27/2007
 
Archive Date
5/12/2007
 
Description
The Defense Threat Reduction Agency (DTRA) conducts a broad spectrum of specialized test support for DoD nuclear systems survivability programs and the DOE Stockpile Stewardship program. Sources are sought to identify firms capable of providing test support for DTRA?s current suite of Nuclear Weapons Effects (NWE) x-ray simulators. Applicants must demonstrate prior experience and knowledge of these areas. This effort requires operation and maintenance of DTRA?s Double-EAGLE, Pithon, and Modular Bremsstrahlung Source (MBS) Simulators. In addition this effort requires the operation and maintenance of the Simulator Operating System, Data Acquisition System, and DTRA-owned hardware associated with the Pulserad 1150 simulator. Results derived from these activities shall be captured through comprehensive documentation. The objective of this contract is to obtain the services necessary to operate and maintain DTRA?s NWE simulators and provide customer test support. DTRAwill not pay the contractor for these services, for the relocation costs for the simulators to another location and other government property will not be provided. These services will be funded by customer test fees, which are uncertain due to programmatic decisions and available budgets. The contractor shall operate and maintain DTRA?s x-ray simulator capabilities. This may include, but is not limited to, providing engineering and scientific support to test customers; assisting in test design, data collection and analysis; performing routine maintenance and repairs on current and future DTRA simulators; maintaining an adequate stock of spare parts and an active inventory control system; keeping detailed configuration control records of changes to simulators; performing upgrades to simulators to meet near-term test customer requirements; maintaining an archive of test data; operating and maintaining the simulator control system and data acquisition system; and facility security and Environmental, Safety and Health (ESH) programs. In exchange for these services the contractor will be permitted to contract separately with federal agencies and their contractors to provide test support, test time, and upgrades.. A basic ?no-cost? contract of five years is contemplated with additionaloptions to be negotiated for disposal planning and disposal of Simulator hardware during or after contract completion if agreed to by the government and the contractor. This decision will be based upon the financial viability of funding simulator operations with revenues from customer test fees. The applicable NAICS code is 541710. Firms responding to this synopsis should provide experience in previous projects for specific relevant work completed or currently being performed including contract numbers, description of the work, points of contact, and phone numbers; professional qualifications and specific experience of personnel identified to perform the work; and any other pertinent information which would enable the government to assess your firm?s capabilities. Firms responding must commit to funding the relocation of the simulators and provide a relocation plan that minimizes the impact to customer test schedules and replacement of capabilities for the Pulserad 1150 currently owned by L-3 Communications Titan Corporation, San Leandro, CA. Responding firms must state whether they are a Small Business (SB), Small Disadvantaged Business (SDB), Woman-owned Small Business (WOSB), Historically Black College or University or Minority Institution (HBCU/MI), an 8(a) firm, a Native American firm, a HUBZone firm, or a large business based on the size standard above. The government reserves the right to set this acquisition aside for HUBZone firms, 8(a) firms, SBs, or HBCUs/MIs based on the responses received. This synopsis is for planning purposes only and does not commit the government to pay for the information requested, issue a solicitation, or award a contract. No completed technical or solicitation document exists now. In order to be useful for program planning, inputs need to be received no later than 30 days after this announcement is posted. Submit written responses to: Defense Threat Reduction Agency, Attention: RD-CXTN (Dr. Dave Lojewski), 1680 Texas Street SE, Kirtland AFB, NM 87117, or e-mailed to: david.lojewski@abq.dtra.mil
 
Record
SN01262479-W 20070331/070329223014 (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  © 1994-2020, Loren Data Corp.