SPECIAL NOTICE
A -- ADVANCED AND APPLIED TECHNOLOGIES FOR BLAST AND FRAGMENTATION EFFECTS MITIGATION FOR INFRASTRUCTURE COMPONENTS
- Notice Date
- 6/17/2011
- Notice Type
- Special Notice
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFRL - Wright Research Site, Det 1 AFRL/PK, Bldg 167, Area B, 2310 8th Street, Wright-Patterson AFB, Ohio, 45433-7801, United States
- ZIP Code
- 45433-7801
- Solicitation Number
- NOCA-11-19-PKM
- Archive Date
- 7/31/2011
- Point of Contact
- Scott M Savory, Phone: (937) 255-5369
- E-Mail Address
-
scott.savory@wpafb.af.mil
(scott.savory@wpafb.af.mil)
- Small Business Set-Aside
- N/A
- Description
- NOTICE OF CONTRACT ACTION: INTENT TO AWARD SOLE SOURCE PROCUREMENT FOR "ADVANCED AND APPLIED TECHNOLOGIES FOR BLAST AND FRAGMENTATION EFFECTS MITIGATION FOR INFRASTRUCTURE COMPONENTS." This is an announcement that the Air Force Research Laboratory (AFRL) intends to award a Sole Source contract. The AFRL, Materials and Manufacturing Directorate, Airbase Technology Division (AFRL/RXQ) is contemplating the award of a contract to the National Institute of Building Sciences, 1090 Vermont Ave NW, Ste 700, Washington, DC 20005 for the program entitled "Advanced and Applied Technologies for Blast and Fragmentation Effects Mitigation for Infrastructure Components" under the authority of 10 U.S.C. 2304(c)(5) as implemented by FAR 6.302-5, "Authorized or Required by Statute." The National Institute of Building Sciences (NIBS) was established by the Housing and Community Development Act of 1974, Public Law 93-383, as currently codified at 12 U.S.C. 1701j-2. Section 809(g)(3) of the statute states: "Every department, agency, and establishment of the Federal Government having responsibility for building or construction, or for building- or construction-related programs, is authorized and encouraged to request authorization and appropriations for grants to the Institute for its general support, and is authorized to contract with and accept contracts from the Institute for specific services where deemed appropriate by the responsible Federal official involved." This effort will facilitate the agile acquisition and application of technical capability and expertise necessary to perform research, development, test, evaluation, modeling, analysis and prototyping of various protection technologies in support of protection against blast and fragmentation susceptibility of forward operating base infrastructure. AFRL intends to award an Indefinite Delivery Indefinite Quantity (IDIQ) contract with Cost-Plus-Fixed-Fee (CPFF) task orders to the National Institute of Building Sciences (NIBS) under the authority cited above to obtain this capability. Task orders may be issued under this contract in the following areas: 1. Research and Development Scientific Technical Expertise: Provide scientific and technical expertise in multiple disciplines to provide infrastructure modeling design, blast effects modeling, blast testing data evaluation and new technology deployment best practices recommendations. Necessary capabilities include access to mature modeling software in these areas as well as resources to provide pertinent analysis, evaluation, recommendations and reporting. 2. Design-to-Prototype Realization Capability: The ability to implement physical prototypes of various infrastructure components suitable for blast and fragmentation testing is necessary to test efficacy of new technologies. Accordingly, the ability to fabricate prototypes to design specifications at various test ranges is necessary. Necessary capabilities include, but are not limited to, requisite construction engineering experience, extensive knowledge and experience in the myriad construction technologies and methodologies, requisite prototype construction capability in various materials, site construction processes, test site preparation, test instrumentation and measurement capability, post-testing analysis and post-test site clean-up and debris removal. 3. Technology Transfer Expertise: Successful deployment of newly developed blast and fragmentation technologies requires knowledge and understanding of the processes and methods required to insert new technology into existing and new construction infrastructure. Expertise in the challenges faced concerning retrofitting existing infrastructure, cost-benefit issues associated with new technology insertion, expert knowledge of construction best practices and current and state-of-the-art construction methodologies and their benefits and shortfalls is particularly necessary. Expertise and capability must be highly experienced and qualified in all aspects of insertion of new construction technology and methodology into existing and new proposed infrastructure with optimal cost, schedule, and performance as the primary goals. 4. Expertise and Research Capability Identification and Acquisition: Given the complex nature of research and development into these mitigation technologies, the ability to provide pertinent expertise and capability to perform the necessary R&D is critical. The ability to locate and broker R&D expertise and capability as well as the ability to bring this expertise to bear in a timely and efficient manner is crucial to these types of efforts. The ability to broker work agreements, develop multiple relationships between various R&D partners, and obtain these resources in a timely and cost effective manner is crucial. It is estimated that the planned sole source IDIQ contract will be awarded with a total contract ceiling price of $5,000,000. The period of performance for this procurement is anticipated to be 84 months. Vendors who are capable of providing the services stated above shall fully identify their interest and submit, in writing, information documenting their qualifications and capabilities to meet the requirements stated above not later than 3:00 PM, Eastern Daylight Time, on the fifteenth day after publication of this synopsis. Responses must be submitted to Scott Savory, Contracting Officer, via email at Scott.Savory@wpafb.af.mil. Responses received after 15 days or without the required information will be considered non-responsive to the synopsis and will not be considered. Responses shall be no more than ten (10) pages in length. Submitting a company brochure is not an adequate response. The Government recognizes that proprietary data may be submitted in response to this Notice; if so, clearly mark any such proprietary data. Responses should include the following information within the ten (10) page limit: 1. Vendor Information, to include: a. Company Name b. Address c. Phone Number d. Fax Number e. E-mail Address f. Point-of-Contact Information 2. Description of relevant capability to provide the required capabilities as described above. Other business opportunities for the Air Force Research Laboratory are available at www.fbo.gov. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. This Notice of Contracting Action does not constitute an Invitation for Bids (IFB), Request for Proposal (RFP), or Request for Quote (RFQ), nor does this Notice restrict the Government's acquisition approach. Any information received in response to this Notice will be considered to constitute market research and may be utilized by the AF in developing its acquisition strategy. This market research will be used to assess the availability and adequacy of potential sources prior to issuing any solicitation. The Government will not respond to or provide formal debriefings as a result of this Notice. The Government does not reimburse respondents for any costs associated with submission of a response to this Notice. A determination by the Government not to compete the planned contract action based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Direct questions to the contract point of contact identified in the announcement. Inquiries pertaining to this acquisition should be addressed to Scott Savory, Contracting Officer, telephone: (937) 255-5369, facsimile: (937) 255-5302, e-mail: Scott.Savory@wpafb.af.mil. All responsible sources may submit information that shall be considered by the agency.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLWRS/NOCA-11-19-PKM/listing.html)
- Record
- SN02476025-W 20110619/110617234723-e6876dd68d371f131a34ed74db32c7f2 (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 |