SOURCES SOUGHT
L -- SVAD Technical Services - Package #1
- Notice Date
- 10/26/2017
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Army, Army Contracting Command, MICC, MICC - Fort Hood, 761st Tank Battalion Ave., Room W103, Fort Hood, Texas, 76544-5025, United States
- ZIP Code
- 76544-5025
- Solicitation Number
- W91151-17-R-0099
- Archive Date
- 11/29/2017
- Point of Contact
- Lucinda S Archer, Phone: 2542875468
- E-Mail Address
-
lucinda.s.archer.mil@mail.mil
(lucinda.s.archer.mil@mail.mil)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- Performance Requirements Summary Performance Work Statement THIS IS A Sources Sought Notice ONLY. A solicitation is not available at this time and any requests for a solicitation will not receive a response. The Survivability, Vulnerability, & Assessment Directorate (SVAD) on White Sands Missile Range (WSMR) is conducting market research to determine the capability of businesses to provide Technical services in relation to Facility Environments support, project test support and general test support. This notice is issued solely for information and planning purposes - it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code(s) is 541330: Engineering Services, size standard $38.5, in millions of dollars. A continuing need is anticipated for the Facility Environments support, project test support for the Survivability, Vulnerability and Assessment Directorate (SVAD) which is currently being fulfilled through current contract W9124Q-15-D-0004 and expires 30 September 2018. Attached are the draft Performance Work Statement (PWS), and Performance Requirements Summary (PRS). SVAD Technical Services requires technical services to provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and non-personal services necessary to perform Facility Environments support, project test support and general test support for SVAD. The contractor shall provide a contract manager who shall be responsible for the performance of the work. The name of this person and an alternate who shall act for the contractor when the manager is absent shall be designated in writing to the contracting officer. The contract manager or alternate shall have full authority to act for the contractor on all contract matters relating to daily operation of this contract. The contract manager or alternate shall be available between 8:00 a.m. to 4:30p.m., Monday thru Friday except Federal holidays or when the government facility is closed for administrative reasons. The contractor shall provide experienced and qualified personnel to perform the required technical services, as specified in Section 5 of the Performance Work Statement (PWS) or by Task Order. Contractor personnel should have knowledge of applied mechanical and electronics engineering to include engineering technology. For example: • Electronics Engineering Technology: The contractor shall demonstrate knowledge of basic electronics principles and the use of instrumentation needed to acquire an accurate measurement. The contractor shall also provide the ability to erect test structures or test stands; acquire test related materials; emplace test assets; acquire data using electronics instrumentations chains; electronic calibration; links, computer skills. Mechanical engineering technology personnel must perform the services and be able to acquire certification if needed. The contractor shall be able to connect associated cabling to vacuum systems, pumps, cryo cooling systems, and oscilloscopes. The technician shall be able to connect high power microwave wave-guides to associated RF antennas. The electronics technician should know of wiring diagrams to low and high voltages to associated equipment. • Mechanical Engineering Technology: The contractor shall demonstrate knowledge of basic mechanical principles and the use of instrumentation needed to acquire an ability to erect test structures or test stands; acquire test related materials; emplace test assets; Mechanical engineering technology personnel must perform the services and be able to acquire certification if needed. Mechanical engineering technician shall be versatile of using hand held tools at the high power microwaves. The mechanical engineering technician shall be able to trouble shoot, repair and acquire narrow band and wide band hardware. The mechanical engineer technician shall operate, monitor high power microwaved cooling systems and its associated mechanical hardware/devices/subsystems/systems. • Electronics/Electrical/RF Engineer(s): A team lead Engineer will be required to lead a team of Engineers and Technicians. The contractor shall have the ability to provide test plans and reports; modify or design instrumentation chains to acquire digitized signals for processing and analysis; knowledge of electrical or mechanical sensors; proficient in basic computer programming; The electronics engineer shall have extensive knowledge of high power microwave systems, pulse power applications and RF (radio frequency) propagation. The engineer shall design, measure, and record transient signals that will be validated for adequate electric field intensities per MIL-STD 464. The engineer shall be able to troubleshoot, repair and acquire narrow band and wide band hardware. The electronics RF engineer shall successfully communicate either by written or oral briefings of facility capabilities and or provide updates to government leadership. • Mechanical Engineer(s): A team lead Engineer will be required to lead a team of Engineers and Technicians. The contractor shall have the ability to provide test plans and reports; modify or design hardware, components and/or complete systems; knowledge of electrical or mechanical sensors; proficient in basic computer programming; the mechanical engineer shall have extensive knowledge designing and drafting components for production at a machine shop, this includes computer aided drafting (CAD) in solid works. The engineer shall have knowledge of modeling and simulation for the use of materials in high power microwave applications. The mechanical engineer shall successfully communicate either by written or oral briefings of facility capabilities and or provide updates to government leadership. • PhD Engineer(s) and/or SME: In support of specialized projects and needs, a PhD Engineer will be required on an as needed basis for Model & Simulation, and design of facility improvements for new government capabilities. PhD Engineer will attend meetings to serve as a subject matter expert and provide technical reports. These items are included to identify potential growth over the life of the contract. As the need arises for these services a Task Order will be executed. Essential Functions: Essential functions of this requirement include, but are not limited to:  Calibrating precise instruments  Working in confined spaces (50-70% of time)  Lifting and relocating (25-75 pounds)  Frequent bending (20-50% of time)  Climbing steps or ladders  Handling and assembling small parts (50-70% of time)  Moving through rough and uneven terrain  Field Work (50-75% of time)  Good working knowledge of multiple computer operating systems (50-75% of time)  Good working knowledge of networking computer systems and test equipment (50-75% of time) Basic Services. The contractor shall provide Facility Environments support, project test support, general test support, and support for Electronic Attack (EA) at Joint Directed Energy (JDETS) Site (and surrounding areas), to include other major DoD and DoE test sites for the Survivability, Vulnerability and Assessment Directorate (SVAD). • Implement a Preventative and Corrective Maintenance Program. • Provide technical and engineering support in mechanical and electrical to adapt, operationally enhance, and assess/conduct life-cycle for Facilities Equipment. • Provide technical and engineering support to upgrade and maintain data acquisition software. • Directly provide SVAD's customer test support to meet testing requirements. • Provide support on heavy machinery operation, such as 15k forklift and the 10-ton overhead crane. • Provide facility operations using data acquisition systems to assure facility environments are adequate and validated. • Contractor will operate and assure instrumentation chains are operational. • Contractor shall position and secure test assets to ensure the test assets are not a hazard to equipment or personnel. Facility Environments Standards • High Power Microwave Facility (HPM) shall be maintained in a 90% operational ready status. * Monthly Operational Status (# Work Days - # Down Days) / # Work Days) *100 = Monthly Performance Percentage • Testing shall be conducted IAW established test parameters found on the Test Plan provided by the Government. • All current run-hours are properly documented IAW Standardized Maintenance Logbook procedures. • All customer support shall be acceptable to the customer. • Correct all safety deficiencies IAW OEM specifications. • All repairs are addressed immediately to keep test environments within tolerances IAW MIL-STD 461, MIL-STD 464 and System Threat Assessment Reports (STARs). • Facility changes are implemented with no impact to operations, and IAW Proposals • Contractor will be required to sustain and maintain ancillary equipment according to manufacturers recommended service intervals (or on an as needed basis). • Test Support for the RF Multipath Electromagnetic Environment (RF MEME) at DoD sites: Tests shall be planned and staffed prior to the test in four phases (Planning, Test Execution, Post Test, and Maintenance Support) as detailed below. Essential functions of the requirement include, but are not limited to: Planning Phase: • Attend pre-planning meetings to give technical and engineering support in mechanical and/or electronic fields to perform operational and developmental testing. • Assist in the development of test procedures and scenarios. • Review test plans to ensure data acquisition equipment and simulators are adequate for testing and verify test concepts are realistic. Assist in test preparation. Identify and develop electronic and mechanical test fixtures and scenarios required for test execution. Transport systems under test and test equipment to/from DoD test sites prior to Test execution Phase as needed. Facility Environments and Test Support Tasks. Safely operate and maintain facilities at the High Power Microwave Facility (HPM) IAW Original Equipment Manufacturer (OEM) specifications and internal testing procedures. Safe operations shall follow SVAD's facilities Standard Operation Procedures (SOPs). Test Execution Phase • Assist in the emplacement of all simulators utilized in testing scenarios. • Provide facility operations using data acquisition systems to ensure test setups are adequate and validated. • Ensure simulators and data acquisition equipment are functioning and operating properly. • All simulator and data acquisition system repairs are addressed immediately to keep test scenarios within tolerances IAW System Threat Assessment Reports (STARs). • Ensure safety of test personnel and equipment during testing. • Provide operational support on heavy machinery operation, such as forklifts, compact tractor units and tactical vehicles. This support will require a current forklift operator and overhead crane certification. • Maintain an active database of all simulators utilized during the Test Execution Phase. The estimated base period of performance is 12 months from contract award date, with up to an additional 2 option years. Each potential source is also requested to provide the contract number(s), dollar value(s) and brief description of work previously or currently being performed, which specifically demonstrates the contractor's ability to successfully satisfy the requirements of the Technical Services. Firms shall also provide point of contact information where available for the efforts cited above. In response to this sources sought, please provide: 1. All responses to this sources sought are limited to twelve pages and must include the following additional information: name and address of firm, commercial activity/government entity (CAGE) code, DUNS number, corresponding NAICS code, business size and status, point of contact name, title, phone, and email. Please note, this acquisition will be set-aside for 8(a) small businesses only. Interested sources shall submit all replies by email to lucinda.s.archer.mil@mail.mil no later than 1300 CST on 14 November 2017. Acknowledgement of receipt will not be made. 2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 3. Information to help determine if the requirement is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 4. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-3015, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the FedBizOpps notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 5. Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/576f798ff85b5a483b5994ecfc3fae42)
- Place of Performance
- Address: White Sands Missile Range, New Mexico, 88002, United States
- Zip Code: 88002
- Zip Code: 88002
- Record
- SN04723630-W 20171028/171026230804-576f798ff85b5a483b5994ecfc3fae42 (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 |