SOLICITATION NOTICE
A -- Electro-Mechanical Test Division Support Contract for Weapon System Testing
- Notice Date
- 1/21/2009
- 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-0008
- Response Due
- 3/31/2009
- Archive Date
- 5/30/2009
- Point of Contact
- Karen Jean Jones, 256-842-2981<br />
- Small Business Set-Aside
- Total Small Business
- Description
- The Contractor shall provide support to the Electro-Mechanical 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 Electro-Mechanical Test Divisions subordinate branches: Component Test & Surveillance Branch (CS), Electromagnetic Environmental Effects Test Branch (EM), and Subsystem Test & Analysis Branch (SA). 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 Component Test & Surveillance Branch Facilities, including testing laboratories inside Building 4500, surveillance van facilities (temporary structure 4528), Building 4510, Building 4511, Building 4513, and other miscellaneous buildings which are within the fenced area of Building 4500. Electromagnetic Environmental Effects Test Branch Facilities, including test facilities in and around Building 8975, Building 8979, Building 8935, EMP test site, Test Area 5 Hazardous Lightning facilities, and at Eglin Air Force Base, FL. Subsystem Test & Analysis Branch Facilities, including testing laboratories in and around Building 4500. This includes facilities located within Test Area 1 and Test Area 10. 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 Statement of Work, 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 R&D, quality verification test, first article test, reliability, flight safety, quality deficiency report items, conditioned based maintenance, 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 OCONUS locations. This procurement shall be 100 percent set-aside for small business concerns under the North American Industry Classification System (NAISC) 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 ordering) are the government's best estimates and may be changed. An Indefinite-Quantity 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 a copy of this solicitation with exhibits and attachments, please e-mail Karen Jean Jones@karen.jean.jones@us.army.mil or Cathy Smith@catherine.j.smith1@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=24f9b36b674f79b8a758e8dfab106a8c&tab=core&_cview=1)
- Place of Performance
- Address: Redstone Technical Test Center Redstone Arsenal Redstone Arsenal AL<br />
- Zip Code: 35898-5280<br />
- Zip Code: 35898-5280<br />
- Record
- SN01735812-W 20090123/090121220047-24f9b36b674f79b8a758e8dfab106a8c (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 |