Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 24, 2010 FBO #3073
SOURCES SOUGHT

A -- JBSDS2 standoff detection, tracking, and discrimination of Biological Warfare Agent (BWA) clouds.

Notice Date
4/22/2010
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
RDECOM Contracting Center - Aberdeen (RDECOM-CC), ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W911SR--10-S-0001
 
Response Due
5/20/2010
 
Archive Date
7/19/2010
 
Point of Contact
Richard Totten, 301-619-2446
 
E-Mail Address
RDECOM Contracting Center - Aberdeen (RDECOM-CC)
(richard.totten1@amedd.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The Joint Program Manager Biological Defense (JPM-BD) mission is to create and sustain affordable materiel solutions that accurately detect, identify, warn, deter, and defeat any biological threats to the Joint Forces. The JPM-BD is seeking interest by commercial entities with the capability to further develop prototype systems (contractor or Government Furnished Equipment) for the Joint Biological Standoff Detection System, Increment 2 (JBSDS2). The JBSDS2 will provide standoff detection, tracking, and discrimination of Biological Warfare Agent (BWA) clouds. The Contractor would be responsible for conducting technology development activities to include: prototype fabrication enhancements; planning, participation, and reporting of contractor verification tests and Government validation tests at several locations; preparation of projected agent performance assessment in lieu of live agent tests; and preparation of draft technical, software and logistics data. Respondents with the interest, experience, and capability to conduct the technology development activities as specified, are encouraged to respond. This is not a request for competitive proposals, but parties interested in responding must furnish in writing, a 3-4 page (not including cover page, index or list of references) synopsis of their capability to accomplish the described work effort. Prospective offerors responding to this notice must also provide complete contact information (telephone, address, email address). The North American Industry Classification Systems (NAICS) for this notice is 541712, Other Research and Development in Physical Engineering, and Life Sciences (except Biotechnology) with a size standard of 500 employees. Respondents must identify their company's business size (based on the NAICS size standard), business status (i.e. large business, small business, disadvantaged, HUB zone, woman-owned, service-disabled, veteran-owned). Please also include information regarding any prior experience with U.S. Government contracts. Respondents are encouraged to provide alternative contracting solutions and to describe the benefits and limitations of various contracting strategies. For any anticipated subcontractors, provide an estimate of the percentage of subcontractor efforts that will be required. The Government will retain comments and information received in response to this notice. Proprietary information should be identified as Company Proprietary. Do not use Government Security Classification markings. Any information provided to the U.S. Government in response to this sources sought notice is for planning purposes only and will not be used as a selection consideration factor in any U.S. Government contract competition. Should the U.S. Government elect to pursue the subject requirement, an official Request for Proposal, subsequent to a draft RFP will be released at a later date in accordance with FAR Part 15. This Sources Sought Notice allows qualified sources for this requirement to self identify. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. It is not to be construed as a commitment by the Government nor will the Government pay for any information solicited. No solicitation document exists or is guaranteed to be issued as a result of this notice. All written responses must be received by May 20, 2010. Capability briefings will not be permitted. The Government Contracting Officer for this notice is Lynn M. Selfridge. Responses should be addressed to the Government Contract Specialist, Richard Totten: richard.totten1@us.army.mil. Respondents shall designate a company point of contact for the Government (telephone, address, and email). Preferred media is electronic (i.e. Microsoft Word, Portable Document Format, or MS Power Point) via e-mail submission. However, other media types (i.e. CD, printed technical information) will be accepted and should be sent to US Army Space & Missile Defense Command, ATTN: Richard Totten, 64 Thomas Johnson Drive, Frederick, Maryland 21702. Material that is advertisement only in nature is not desired.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/044831a1e12ffe3e2c173dac0b442fa1)
 
Place of Performance
Address: RDECOM Contracting Center - Edgewood (RDECOM-CC) ATTN: CBMS-JPEO, 64 Thomas Johnson Dr Frederick MD
Zip Code: 21702-5014
 
Record
SN02129729-W 20100424/100422235105-044831a1e12ffe3e2c173dac0b442fa1 (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.