Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 09, 2008 FBO #2509
SOLICITATION NOTICE

A -- Firing Test & Evaluation Support Service Contract

Notice Date
10/7/2008
 
Notice Type
Presolicitation
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, U.S. Army Aviation and Missile Life Cycle Management Command (Missiles), US Army Aviation and Missile Command (Missile), ATTN: AMSAM-AC, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
 
ZIP Code
35898-5280
 
Solicitation Number
W31P4Q-09-R-0006
 
Response Due
1/5/2009
 
Archive Date
3/6/2009
 
Point of Contact
LISA STARBUCK, 256-876-3080<br />
 
Small Business Set-Aside
Total Small Business
 
Description
The Contractor shall provide support to the Firing Test Division, Redstone Technical Test Center (RTTC), at Redstone Arsenal (RSA), AL, for the testing and evaluation of weapon systems, assemblies, subassemblies, components, and other associated items. The contractor shall support the testing and reporting activities conducted by the Firing Test Divisions subordinate branches: Flight Test Branch, Field Sensors Test Branch, and Telemetry and Data Management. Contractor support shall consist of all identified labor, material (hardware & software), test fixture and instrumentation design and fabrication, tools, transportation, and incidental support necessary to perform tests and evaluations, and other associated activities scheduled to be conducted. Cost and Performance reports shall be prepared in accordance with (IAW) DI-FNCL-80912. The contractor shall input cost expenditure data, weekly and by branch, into the RTTC automated funds tracking system. The government on-site test areas and functional areas to be supported shall consist of the following facilities: Flight Test Branch facilities, including Test Areas (TA) 1 and the Hit Avoidance Test Site; Field Sensors Test Branch facilities including TA 3 and TA 6; Telemetry and Data Management Test Branch facilities to include Building 7855, Gauge laboratory and high bay facility in Building 8870, and fixed and mobile telemetry tracking stations all located at Redstone Arsenal. The contractor shall furnish all required labor and materials to provide support to the government in execution of the services as specified in the Performance Work Statement (PWS), for each Branch specified, and further delineated in written Technical Direction Orders (TDOs)prepared and signed by the contracting officer's representative (COR). The TDO will clearly define each task and will be prepared in sufficient time for the contractor to plan and respond. Information in the TDOs may contain fabrication and instrumentation plans including any drawings or specifications, test plans, schedules, documentation requirements, and required data formats. Services are required to support the scheduled testing of weapon systems, subsystems, and components including developmental test, quality verification test, first article test, reliability, new source testing, surveillance, engineering evaluation, and production tests. This support shall be provided for weapon systems and components for the U.S. Army, other government agencies, and private industry. The contractor shall provide personnel and materials to operate and maintain facilities. Testing requirements may be at Continental US (CONUS) and/or Outside the Continental US (OCONUS) locations. This procurement shall be 100 percent set-aside for small business concerns under the North American Industry Classification System (NAICS) Code 541712 as services in support of mission requirements. The small business size standard associated with this classification is 1000 employees. A site visit of the government facilities will be conducted after the solicitation is issued. The period of performance for the resulting contract will be from date of award through five ordering periods, for a total period of performance of five years, if all ordering periods are accomplished. The dates for the period of performance in the RFP (in the CLINs and the dates for each ordering period) are the government's best estimates and may be changed. An Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract (also known as delivery order or task order), with Cost Plus Fixed Fee Term (Level of Effort) pricing arrangement is contemplated. This requirement will allow no foreign participation. This solicitation is available on the World Wide Web (WWW). To request an electronic copy of this solicitation with exhibits and attachments, e-mail Lisa Starbuck at lisa.starbuck@us.army.mil. No telephone requests for this solicitation will be accepted. All responsible sources may submit an offer that shall be considered by the agency. See notes 1, 26.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f0b952c40a139cd5664dc3048fade10f&tab=core&_cview=1)
 
Place of Performance
Address: US Army Aviation and Missile Command (Missile) ATTN: AMSAM-AC, Building 5303, Martin Road Redstone Arsenal AL<br />
Zip Code: 35898-5280<br />
 
Record
SN01689050-W 20081009/081007215226-f0b952c40a139cd5664dc3048fade10f (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.