SOURCES SOUGHT
R -- Open Air Testing
- Notice Date
- 4/4/2016
- Notice Type
- Sources Sought
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG (W911QY) Natick (SPS), BLDG 1 KANSAS ST, Natick, Massachusetts, 01760-5011, United States
- ZIP Code
- 01760-5011
- Solicitation Number
- W911QY-16-RFI-JPMP-OOT
- Point of Contact
- John Conlin, Phone: 5082336164
- E-Mail Address
-
john.conlin3.civ@mail.mil
(john.conlin3.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- This Request for Information (RFI) is to assist the Joint Project Manager for Protection (JPM P) to identify potential sources that may possess the technical, analytical and administrative capabilities to execute a live chemical agent test in an outdoor environment. Interested parties are invited to submit a response to this RFI. Responses will be used by the Government as it determines its acquisition strategy for this requirement. REQUIREMENT: JPM P is seeking Contractor assistance to test hazard mitigation, protection and detection technologies and equipment with live chemical agent in an outdoor environment. The JPM P will use this live agent test to assess Tactics, Techniques and Procedures (TTPs) as well as the overall effectiveness of current and proposed JPM P technologies. In order to determine the overall effectiveness of the processes and equipment, the demonstrations must be conducted on hardened materials in a large scale, realistic open air environment. Multiple tests will be conducted within the next 24 months. Test execution must encompass all aspects of the event(s) including, but not limited to: test facility selection and securement; initial research; test methodology development; test execution; data collection; data analysis and final report. Specific information is sought for Contractors who are capable of meeting the following requirements: Test Facility Coordination- This includes, but is not limited to selection and securement of a facility capable of conducting live agent testing in an outdoor environment. Initial Research- This includes, but is not limited to, identification of the problem domain, the types and potential sources for existing data, existing data gaps, the development of a data catalogue/matrix to document and easily retrieve existing data, as well as a plan to characterize prospective/proposed chemical agent incidents/attacks/scenarios. Test Methodology Development- This includes, but is not limited to, development of the Test Plan for the chemical open air demonstrations in accordance with the Government provided Source Document, the TTOP08-2-061AC Chemical Agent Testing, and Government provided TTPs. Test Execution- This includes, but is not limited to, coordination with the test facility for all aspects of the test event, quality control management and assurance. Data Collection, Analysis and Final Report- This includes, but is not limited to, collection, analysis and documentation of raw data, test observations, interpretation of results against objectives, description of deviations from the test plan, and any other observations regarded as relative to description, results or interpretation of data and/or test procedures. RESPONSES: Any interested party is encouraged to submit a response to this RFI with the following information: 1. A capability statement discussing its current and past contracts with the US Government and Department of Defense agencies for similar requirements, its ability to provide qualified individuals to perform the required services, and its current ability to provide a test facility which would satisfy JPM P's requirement. The capability statement should also discuss any teaming/subcontracting arrangements and the division of labor among the Respondent and team members or subcontractors. 2. Business size status and socioeconomic profile, detailing whether it can be considered a small business and whether any other socioeconomic category applies, such as (but not limited to), service disabled veteran owned small business, woman owned small business, small disadvantaged business, etc. For the purposes of this response, please provide business size status with respect to NAICS 541380 "Test Laboratories," which has a small business size standard of $15,000,000.00 in annual receipts. The Government requests that RFI responses by submitted electronically to John Conlin, john.conlin3.civ@mail.mil, by 19 April, 2016 at 12:00pm Eastern Time. QUESTIONS: Questions may be emailed to John Conlin at john.conlin3.civ@mail.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/1e2fe7dc3e8105528fdf9b90055851a9)
- Record
- SN04072607-W 20160406/160404235018-1e2fe7dc3e8105528fdf9b90055851a9 (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 |