Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 22, 2007 FBO #2217
SOLICITATION NOTICE

A -- Scientific, Professional, and Other Technical Services (SPOTS V)

Notice Date
12/20/2007
 
Notice Type
Solicitation Notice
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Aviation Applied Technology Directorate, ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard, Fort Eustis, VA 23604-5577
 
ZIP Code
23604-5577
 
Solicitation Number
W911W6-08-R-0003
 
Response Due
2/29/2008
 
Archive Date
4/29/2008
 
Point of Contact
Bethany McClave, 757-878-3315
 
E-Mail Address
Email your questions to Aviation Applied Technology Directorate
(bethany.mcclave@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The Aviation Applied Technology Directorate (AATD) intends to competitively award multiple (most likely three, or depending on the quality of the proposals, two or four) IDIQ contracts each valued at $50 million with ordering periods of five years to procure noncommercial Scientific, Professional, and Other Technical Services (SPOTS V), including but not necessarily limited to design, modeling and analysis, prototype and contingency operations production fabrication, and testing in a variety of techni cal disciplines. The contract scope will include all services (other than inherently Governmental services) that replicate the mission performed by AATD of research, development, engineering and technical services for developmental and fielded aviation sy stems and support to contingency operations involving fielded aviation systems in response to operational and customer work requests. Future support is expected to require a high level of specialization and expertise in state-of-the-art and emerging techn ologies such as: AERODYNAMICS (Advanced Airfoil, Structural Design, Analytical Tools, Rotor/Body Interactions); VEHICLE MANAGEMENT STSTEMS (Helicopter Handling Qualities, Integrated Flight, Fire & Fuel Controls, Crewstation Design, Dynamics, Vibration Cont rol, Rotor Stability, Acoustics, Situational Awareness Systems); STRUCTURES (Structural Integrity, Light Weight Structures, Inspection/Manufacturing, Advanced Composite Materials, Aircraft Structural Repair); SUBSYSTEMS (Susceptibility, Vulnerability/Safet y, Reliability/Maintainability, Combat Maintenance, Logistics Technology, Advanced Radar, IR, and Electro-optic Countermeasures, Frequency Agile Laser Protection, Mission Equipment, Health & Usage Monitoring/Diagnostics/Prognostics, Target Acquisition, Gro und Support Equipment, Avionics, Radar and EO/IR Sensors, Conventional and Directed Energy Weapons, UAV Control Systems); POWER SYSTEMS (Engines, Drive Systems); and OPERATIONAL CONCEPTS (UAV Operations, Intelligence, Surveillence, and Reconnaissance, Con dition-Based Maintenance, Teaming, Autonomy, and Information Management.) Not sooner than 15 days following this publication in FedBizOps, the RFP (W911W6-08-R-0003) will be made available to potential offerors at the following URL: http://www. aatd.eustis.army.mil/Business/Divisions/Contracting/Acc_Announ.asp. The anticipated date of availability of the solicitation is 7 January 2008 in preparation for anticipated contract award in May 2008. This action is 100% Small Business Set Aside and wil l not be open to participation by foreign firms. The North American Industry Classification System (NAICS) code applicable to this procurement is 541712 (aircraft), for which the size standard is 1500 employees. Awardees will be required to receive and/o r generate classified information in performing many of the task orders under this contract. Accordingly, offerors will be required to provide evidence that they possess at least a current SECRET facility clearance and storage capability (including comput er facilities) or have the ability to obtain one by time of award. A TOP SECRET facility clearance will be requested for each awardee not possessing one at time of award. Oral presentations and review of sample task order proposals will be utilized in the source selection. Offerors shall submit the Past Performance volume of their proposal two weeks after the solicitation issue date. To facilitate timely response, instructions for completing this volume are currently available to potential offerors at th e following URL: http://www.aatd.eustis.army.mil/Business/Divisions/Contracting/Acc_Announ.asp. All responsible small business sources may submit a proposal, which if received timely, shall be considered by the agency. Questions about this announcement c an be submitted in writing to AATD, Attn: AMSRD-AMR-AA-C (Bethany McClave), Building 401 Lee Boulevard, Fort Eustis, VA 23604-5577, by fax to 757-878-0008, or v ia email to bethany.mcclave@us.army.mil. Ms. McClaves phone number is 757-878-3315. The Contracting Officer is Lauren Sebring and she can be reached at 757-878-4828 or lauren.sebring@us.army.mil. Notes 1 and 26 apply.
 
Place of Performance
Address: Aviation Applied Technology Directorate ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard Fort Eustis VA
Zip Code: 23604-5577
Country: US
 
Record
SN01474151-W 20071222/071220225905 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.