Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 01, 2012 FBO #3750
SOLICITATION NOTICE

A -- TEST EXECUTION SERVICES AND LAUNCH AUGMENTATION (TESTLA)

Notice Date
2/28/2012
 
Notice Type
Presolicitation
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
US Army Space and Missile Defense Command, Deputy Commander, ATTN SMDC-CM-AP, P.O. Box 1500, Huntsville, AL 35807-3801
 
ZIP Code
35807-3801
 
Solicitation Number
W9113M12R0002
 
Response Due
3/15/2012
 
Archive Date
5/14/2012
 
Point of Contact
Diana McCown, 256-955-5914
 
E-Mail Address
US Army Space and Missile Defense Command, Deputy Commander
(diana.mccown@smdc.army.mil)
 
Small Business Set-Aside
N/A
 
Description
In support of and on behalf of the U.S. Army Space and Missile Defense Command/Army Strategic Forces Command (USASMDC/ARSTRAT) and Army Contracting Command-Redstone requires services, entitled "Test Execution Services and Launch Augmentation (TESTLA)", RFP W9113M-12-R-0002. The USASMDC/ARSTRAT mission areas addressed by this acquisition include, but are not limited to: Integrated Missile Defense Programs, Warfighter Weapon Development Programs, Live-Fire Test and Evaluation and Lethality, Homeland Security Programs, Rapid Fielding/ Innovative Concepts Programs, Cyber Technology Programs, Space Dominance Programs, Kill Vehicle Programs, Flight Termination Programs, Hyper-Velocity Gas Gun and High-Speed Sled Track Programs, Threat Programs and Foreign Material Programs. The TESTLA requirements are represented by the following general categories: a.Test Activities: Conducting test activities including (but not limited to) test execution, pre/post-test, test planning, test design. b.Development, Manufacturing, and Acquisition: Design, development, and integration of components that are integral to conducting testing, assessments, or a development event. c.Mutually Dependent, Development, and Test: Design, development, integration of components that are mutually inclusive and integrally linked to evaluation events where the development activity goal is driven by the event outcome. The Technical Support Areas (TSAs) that comprise these general categories are as follows: a.Flight Test: Missiles, Rockets, Air breathers, Unmanned Aerial Vehicles (UAV), Remote Control, Full Scale, Sub-scale b.Ground Test: Sled Tests, Light Gas Gun, Impact Testing, High Explosive, Subsystem, Lethality c.Payloads: Flight and Ground, Payloads, Countermeasures, Submunitions, Surrogates, Test Articles d.Electronic Warfare: Test, Training, Jamming, Counter Jam, Instrumentation, Signal Generation (SG), Information Assurance (IA), Information Operations (IO), Intelligence, Surveillance, Reconnaissance (ISR) e.Directed Energy: Lethality and Propagation Testing; Solid State Lasers, Acquisition and Tracking, and Beam Control and Correction Components and Subsystems plus Power, Thermal Management and Command and Control Subsystems for Integrated Systems Level Testing f.Conventional and Asymmetric Threat: Innovative Concepts, Rapid-response Test and Assessment, Technology Evaluations, Military Utility Assessments, Advanced Concept/Joint Capabilities Technology, Demonstrations, Interoperability Test, Joint Exercise Test g.Telemetry and Sensor: Instrumentation, Electronic Warfare, Missile Defense, Space, Cyber, Signal Generation (SG), Information Assurance (IA), Information Operations (IO), Intelligence, Surveillance, Reconnaissance (ISR), Electro-Optics, Telemetry, Flight Termination and Range Safety, Instrumented Radar, Radar Threat Simulation, and Electronic Component Development h.Power and Energy: Source, Distribution, Alternative, Renewable, Electromagnetic, System and Component Level i.Cyber and Space: Threat Simulation, Electronic Component/Software Development, Training and Test, Radiating Systems, Disruptive Jamming, Network Protection and Hardening, Cyber "Red Teaming", Cyber Attack Detection j.Intelligence, Surveillance and Reconnaissance: Payload, Ground Station, Signal and Image Processing, High Performance Computing, Networked, Sensor Architectures, System and Platform Development k.Experimental, Phenomenology and Component: Chemical, Nuclear, Biological, Radiation Weapon, Fragmenting Warhead, Sympathetic Detonation, Counter Improvised Explosive Devices (IED), High Explosive Initiation, Structural/Mechanical Break-up, In-situ Negation. This acquisition is a Multiple Award Indefinite Delivery/Indefinite Quantity (MAIDIQ) type acquisition which includes Firm-Fixed-Price (FFP), Fixed-Price-Incentive (Firm Target) (FPIF), Cost-Plus-Fixed-Fee (CPFF) and Cost-Plus-Incentive-Fee (CPIF) contract types to be determined at the task order level. This is a short-term arrangement that provides support to near-term requirements pending the award of a longer-term arrangement entitled Design, Development, Demonstration and Integration (D3I) Program. This effort will be competed as a full and open competition under FAR Part 15. The respective NAICS for this effort is 541712, with a small business size standard of 1,000 employees. DoD Contract Security Classification Specification (DoD Form 254), which is marked "For Official Use Only", will be sent directly to requesters upon request after RFP is issued. Per Department of the Army policy, the DoD Form 254 cannot be electronically mailed to a contractor via a ".com" electronic mail address, it will only be electronically mailed to a contractor using one of the following methods: SIPRNET, Contractor AKO account (contractor must use the AKO account to receive and government must use AKO account to send), or encrypted using a NSA-approved encryption method. The DD Form 254 will not be posted to web pages via RFPs, BAAs, etc. The DD Form 254 may be mailed to a contractor via the U.S. Postal Service. Requests shall be sent to the POC electronic mail address listed below. The estimated release date for the Request for Proposal (RFP) solicitation is on or about March 15, 2012 (note that this date is for planning purposes only, and is subject to change). The closing date/date for receipt of offers will be found on Page 1 of the RFP solicitation and within any issued RFP amendments; the response deadline stated in this notice or on this website is not binding against the Government. All contractors who provide goods/services to DoD must be registered in the Central Contractors Register (CCR). You may register via the internet at http://www.ccr.gov or contact CCR at 1-888-227-2423. This notice does not constitute official release of the RFP solicitation, which the Government reserves the right not to issue an RFP solicitation or to issue the RFP solicitation on a different than stated above; vendors and potential offerors are cautioned to review this website for official notices regarding this acquisition and release of the RFP solicitation; offeror responses to this notice will not be treated as formal proposal submissions. Further, the Government will not be held liable (financially or otherwise) for or any costs incurred as a result of this notice or subsequent notices. Questions regarding the above-stated requirements only will be accepted in writing to Diana.mccown@us.army.mil; no telephone calls, facsimile transactions, or in-person inquiries will be accepted. All correspondence must reference RFP "W9113M-12-R-0002" and "TESTLA". -END OF DOCUMENT-
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/SMDC/DASG60/W9113M12R0002/listing.html)
 
Place of Performance
Address: US Army Space and Missile Defense Command, Deputy Commander ATTN SMDC-CM-AP, P.O. Box 1500 Huntsville AL
Zip Code: 35807-3801
 
Record
SN02684363-W 20120301/120228234422-3f450beac2cda12e46cf8284fb3f2e81 (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.