SOLICITATION NOTICE
H -- BALLISTIC TESTING SERVICES
- Notice Date
- 2/13/2009
- Notice Type
- Presolicitation
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- Department of the Army, U. S. Army Materiel Command, RDECOM Acquisition Center - Natick, RDECOM Acquisition Center - Natick, ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
- ZIP Code
- 01760-5011
- Solicitation Number
- W91A2K83109030
- Response Due
- 2/23/2009
- Archive Date
- 4/24/2009
- Point of Contact
- Kevin Parker, 508-233-5937<br />
- Small Business Set-Aside
- Total Small Business
- Description
- The U.S. Army RDECOM Acquisition Center, Natick Contracting Division, in support of the U.S. Marine Corps System Command, Program Manager Infantry Combat Equipment has a need for Ballistic Resistance Testing and Evaluation. The Government intends this procurement to be a commercial item acquisition utilizing Federal Acquisition Regulation (FAR) Part 12 Acquisition of Commercial Items'. This procurement is a 100% Small Business Set-Aside. The NAICS code for these items is 541380, and the business size standard is $12,000,000.00. The Government intends to make a multiple Firm-Fixed Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ) awards as a result of the Request for Proposals (RFP). The Government anticipates a five year ordering period. The anticipated minimum requirement for each award is $25,000.00 with a maximum total requirement of $3,000,000.00. Contractor shall conduct Ballistic Resistance Testing of various armor systems (materials and final products) with a broad range of ballistic threats (gun ammunition and fragment simulating projectiles) over a broad range of environmental conditions (e.g., ambient, hot, cold and after immersion in fresh-water, sea-water, lubrications and fuels). Testing may be Ballistic Limit (V50) Testing in accordance with the general procedures of MIL-STD-662F, Penetration Resistance (Vo Testing) and/or Post-Penetration, Residual Velocity (Vs-Vr) Testing. The contractor will provide all labor, materials and equipment except the test items, which will be GFE, and ammunition may be supplied as GFE when specific ammunition is not available from the contractor or a specific projectile is required. GFE ammunition/projectiles will typically be small arms type rounds or various fragment simulating projectiles. In all cases, the projectiles will be capable of being fired similarly as non-GFE rounds. The contractor must be capable of storing and accounting for GFE projectiles. GFE test samples may include representative samples or actual end items for vests, helmets, plates or other personnel protection type items. The Contractor must have the ability to do customize mount preparation, be able to pull and hand-load ammunition to control velocities, be able to do spall assessments and have the capability to provide high speed filming or video and flash x-ray (in-house or through sub contractor). The Contractor must be able to supply shoot - packs in accordance with CO/PD 04-19D. The Contractor must be NIJ certified to conduct testing in accordance with all National Institute of Justice Body Armor and Armor Materials standards. The contractor shall provide a written report of each test within three working days of completion of testing, complete with all detailed shot data. Residual materials shall be forwarded as directed by the COTR and/or discarded after 15 days following completion of testing. The Government reserves the right to witness and/or participate in the direction of testing. The Draft Statement of Work and other attachments are available on the Fed Biz Ops website under W91A2K83109030 and the Natick Contracting website at https://www3.natick.army.mil (Business Opportunities/Upcoming Acquisitions/W911QY-09-R-0021). The Government anticipates making multiple awards, but reserves the right to make a single award or no award at all. This is not a request for proposals (RFP), there is no solicitation document available at this time. Comments relating to this synopsis should be submitted via email to Kevin Parker, at kevin.james.parker@us.army.mil no later than 23 February 2009. Phone calls will not be accepted. The Government anticipates releasing the RFP on or about 25 February and will be open for Fifteen (15) days.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b9e79b9c8b5c40925421fadc849eba5b&tab=core&_cview=1)
- Place of Performance
- Address: RDECOM Acquisition Center - Natick ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street Natick MA<br />
- Zip Code: 01760-5011<br />
- Zip Code: 01760-5011<br />
- Record
- SN01750563-W 20090215/090213220105-b9e79b9c8b5c40925421fadc849eba5b (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 |