Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 07, 2014 FBO #4458
SOURCES SOUGHT

A -- Sources Sought for Engineering Test Support Services to support Redstone Test Center's Aviation Flight Test Directorate

Notice Date
2/5/2014
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
ACC-RSA - (Missile), ATTN: CCAM, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
 
ZIP Code
35898-5280
 
Solicitation Number
W31P4Q-13-R-0051
 
Response Due
2/26/2014
 
Archive Date
4/6/2014
 
Point of Contact
Chris Sykes, 8765326
 
E-Mail Address
ACC-RSA - (Missile)
(christopher.c.sykes@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
REQUEST FOR INFORMATION - SOURCES SOUGHT ANNOUNCEMENT THIS IS NOT A SOLICITATION ANNOUNCEMENT AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. The purpose of this sources sought notice is for market research purposes to gain knowledge of potentially interested and qualified Service Disabled Veteran Owned business and Historically Underutilized Business Zone sources that can successfully support this requirement as a prime contractor. No reimbursement will be made for any costs associated with providing information in response to this announcement and/or any follow-up information requests. There is no solicitation available at this time. Questions regarding the Performance Work Statement (PWS) will not be accepted at this time. Information should focus on the capability to provide the technical support services defined below. Standard company brochures are not desired. The results of this Request for Information will be used to better understand industry capabilities as we plan for the procurement of these support activities. The North American Industry Classification Systems Code (NAICS) for this effort is 541712, Research and development in the physical, engineering, and life sciences, which has a small business size standard of 1000 employees. This will be a single award five year performance based Indefinite Delivery Indefinite Quantity (IDIQ) Cost Plus Fixed Fee (CPFF) type contract. The acquisition strategy will be determined in part by the responses to this notice. The anticipated award date is October 2014. This Request for Information is to support Redstone Test Center's (RTC) Aviation Flight Test Directorate's (AFTD) mission to include planning, conducting, analyzing, and reporting on airworthiness qualification and developmental testing of Army aircraft, aviation systems, unmanned aerial system (UAS) and associated aviation support equipment for the United States Army (USA), Department of Defense (DoD), other agencies, foreign military sales (FMS) customers, and private industry. The contractor shall provide personnel, management, training, travel, material, parts, supplies, transportation, and equipment except as provided by the Government, to perform all aviation test and test support functions under the cognizance of the AFTD at continental United States (CONUS) and outside the continental United States (OCONUS) locations to include deployment to theaters of operation in the performance of this performance work statement. The Contractor shall perform the test functions with a quality that assures the success of the test effort under the mission of AFTD. The Contractor shall comply with the requirements of Army Regulation (AR) 95-1 and AR 95-20 in the performance of this PWS. The contractor, as an independent contractor and not as an agent or employee of the Government, shall be required to provide a broad level of technical expertise in support of this contract for RTC. ALL INFORMATION SHALL BE SUBMITTED WITHIN 15 DAYS AFTER PUBLICATION OF THIS NOTICE. Responses/inquiries may be sent to: christopher.c.sykes@us.army.mil or jerrie.reed@us.army.mil. The address for any written or delivered submittals is Army Contracting Command - Redstone, ATTN: CCAM-RD-B/Mr. Christopher Sykes or Ms. Jerrie reed, Building 5400, Fowler Road, Redstone Arsenal, AL 35898. TELEPHONE inquiries will not be accepted. Point of Contact(s) for delivered submittals only: Mr. Sykes, 256-876-5326 or Ms. Reed, 256-876-3432. No feedback or evaluations will be provided to concerns regarding the information submitted in response to this sources sought. Please direct any questions you may have regarding this sources sought notice by email to christopher.c.sykes@us.army.mil and jerrie.reed@us.army.mil, including size/ownership of business (large, small, etc.) and provide NAICS codes the company is certified under. Responses shall be on standard 8 x 12 inch size Not less than 12 Point Font One inch margins Microsoft Word Format Respondents should label any information contained in the white paper that is considered proprietary Response should not exceed 12 pages. Include a technical and contracts Point of Contact, phone number and email address. Place of Performance for this potential contract is Redstone Test Center, Redstone Arsenal, AL In response to sources sought, interested vendors are requested to provide the following: 1. Confirm that your company qualifies as an SDVOSB or HUBZone certified under SBA and registered in SAM. 2. Provide NAICS codes the company is certified under. 3. Provide your company name, business address, web address, number of years in business, a point of contact (POC) with name, title, phone, fax, and email, Cage Code and DUNS number, affiliate information (parent corporation, joint venture partners, potential teaming partners). 4. Provide a capabilities statement addressing your company's ability to work with the requirements listed in paragraph 8 below. DO NOT provide marketing materials. Companies providing marketing materials will not be evaluated. 5. Explain and describe your company's experience and familiarity with performing functions described below and indicate ability to satisfy the Government requirements by providing a narrative identifying the scope of past and current services performed and explain how those services are commensurate with the services described in paragraph 8 below. 6. Discuss your company's technical staff and its experience related to the duties required in this sources sought. 7. In addition, we welcome comments on the industry practices and standards for this effort or similar commercial efforts to include but not limited to contract clauses and provisions, method of quality control and assurance to ensure customer satisfaction and how contract performance is measured against a contract requirement, amount of transition time needed for full and effective performance on a new contract and any other information pertinent to this effort. 8. Performance Requirements: a.Program Management to include Administrative Support, Reception and Visitor Control Support, Travel Administration IAW Federal Travel regulations, Technical Editing, library management, and test coordination b.Operations Support to include technical presentations (briefings, video development, video tele-conference support, displays, coordination of meetings and conferences, computer support, and facility management coordination for repair and short and long range facility planning,. Additionally, the offeror shall have an understanding of flight related operations to include flight records management, flight following and dispatch, Consolidated Flight Operations and Aircrew Training Program (ATP) Support, Aircraft Life Support Equipment (ALSE) Support, and knowledge in managing and maintaining contractor crewmember flight records (Individual Aircrew Training Folders), required crewmember training, and contractor crewmember flight standardization IAW AR 95-20. c.Logistics Support in accordance with Army regulations to include. unit supply support, property management and administration, ammunition forecasting to support test and training needs and turn-in, and equipment calibration. d.Flight Test Support IAW Department of Defense regulations and bulletins, Communication Security Inventory and Support, flight test support consisting of driving and manning the pace and other mission support vehicles, setting up and coordinating for the usage of flight test courses, forecasting for the required number of various munitions/explosives required for tests, and providing overall logistical support, including the transport of test equipment and supplies to the test site, and photo and video support for test events. e.Systems Integration Engineering Support to include structural engineering design and analysis for non-standard aircraft modification to include flight test instrumentation in support of aircraft testing, documentation and maintenance of designs; Instrumentation Engineering for non-standard aircraft modification in support of aircraft testing in the form of designs, drawings, recommend equipment and supplies for instrumentation engineering, oversight of instrumentation buildup and modification installation, troubleshooting of instrumentation systems, development of data definitions, verification and validation of data collected, airworthiness documentation, flight test and ground instrumentation engineering support; and setup and operation of real-time telemetry equipment in support of development flight testing. f.Software Engineering and Programming as it pertains to developmental flight testing of aircraft, aviation systems, UAS and associated aviation support equipment. Document design software analysis, code analysis, requirements analysis, software review and identification of code metrics to support unique software applications that are used in the reduction and analysis of flight test data; mission computer support including system configuration, application installation, backup and restore, and user account management for multiple operating systems; Information Assurance (IA) controls to classified and non-classified stand-alone and networked systems; operation and maintenance of distributed modeling and simulations and distributed network operations; development of scenarios and data structures that implement test conditions, including translating geometric test requirements into scenario/data structures; control and monitor the execution of Hardware-in-the-Loop simulations, providing data collection, identifying system malfunctions, troubleshooting, and testing to certify operation, and perform Modeling and Simulation engineering support services (flight simulation engineering in areas of aerospace principles and flight simulations, rotorcraft flight dynamics, simulated terrain databases, military target models and simulations and scene rendering). g.Flight Test engineering support for rotary wing, unmanned aircraft and fixed wing performance and handling qualities, aircraft stability and control and airworthiness testing; engineering tests and analysis for technologically-advanced aviation systems (engineering planning; test design; on-site test participation, data reduction, analysis of data, and report preparation as it relates to system performance and airworthiness test phases of all aviation equipment, and document the results of the engineering tests and analysis h.Flight Test Engineering to include evaluating performance of technologically-advanced manned and unmanned aircraft, aviation support and aviator systems, requiring expertise and experience in structural, electrical, software/computer, mechanical, aerospace and reliability, availability, and maintainability (RAM) engineering. i.Human Factors Engineering and Systems Safety Investigations to identify, evaluate, and document human factors and system safety considerations in the design and operation of aviation-related hardware and software test programs for Army Aviation materiel. j.Provide pilots to perform ferry flights, training flights, very important person flights, and flights of AFTD test missions where an Experimental Test Pilot is not required. k.Data Collection team to collect items such as flight hours, unscheduled maintenance events and part numbers and serial numbers during the parts removal and replacement on the aviation system under test and maintain the data. l.Safety and Environmental program consistent with Occupational Safety and Health Administration and Army Safety and Environmental regulations, to include a safety and environmental compliance program.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2e40b24ce192d0c56f16b2d1f23e4507)
 
Place of Performance
Address: ACC-RSA - (Missile) ATTN: Redstone Test Center Redstone Arsenal AL
Zip Code: 35898-5280
 
Record
SN03282209-W 20140207/140205234624-2e40b24ce192d0c56f16b2d1f23e4507 (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.