SOURCES SOUGHT
A -- R&D Sources Sought Operational Assessments of Emerging and Disruptive Technologies
- Notice Date
- 12/14/2023 9:25:11 AM
- Notice Type
- Sources Sought
- NAICS
- 541715
— Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
- Contracting Office
- DEFENSE THREAT REDUCTION AGENCY FORT BELVOIR VA 22060-6201 USA
- ZIP Code
- 22060-6201
- Solicitation Number
- HDTRA1-24-R-0016
- Response Due
- 1/2/2024 10:00:00 AM
- Archive Date
- 01/17/2024
- Point of Contact
- Elizabeth Colleran, Elizabeth G Bauer
- E-Mail Address
-
elizabeth.a.colleran.civ@mail.mil, elizabeth.g.bauer.civ@mail.mil
(elizabeth.a.colleran.civ@mail.mil, elizabeth.g.bauer.civ@mail.mil)
- Description
- Notice Type:� Research and Development Sources Sought for Operational Assessments of Emerging and Disruptive Technologies NAICS Code: 541715 � Research and Development in the Physical, Engineering and Life Sciences (except Nanotechnology and Biotech) Notice Information: This SOURCES SOUGHT NOTICE is published for market research purposes and is not a requirement for competitive proposals. There is no solicitation available at this time. No response will be provided to requests for solicitation. Agency/Office:� Defense Threat Reduction Agency Description: �The Defense Threat Reduction Agency (DTRA) has a requirement to advance the state of the art of capabilities designed for Explosive Ordnance Disposal (EOD) and Counter-Weapons of Mass Destruction (CWMD) communities.�� The anticipated contract will provide fair and unbiased operational assessments of technologies and capabilities to assess comparative functionality and interoperability for EOD and CWMD missions.� It will maintain a robust network of relationships within the user community, relevant government agencies, industry partners, and educational institutions.� Further, it will provide specialized technical and operational expertise essential for gathering and maintaining an understanding of emerging and innovative technologies. Requirements:� Utility Assessment Requirements Conduct utility assessment events, with DTRA & USSOCOM personnel observing, for specified EOD-related technologies.� Examples of systems of interest include: EOD ground and air robotics, x-ray imaging systems, explosive detection equipment, remote firing devices, radio frequency (RF) countermeasures, chemical/biological/radiological/nuclear (CBRN) sensors, and other EOD tools. Conduct industry engagement activities to identify potential assessment technology candidates for future assessments.� Engagements include interfacing with commercial SMEs regarding new products and market trends and coordinating preliminary vendor demonstrations for presentation to DTRA and military representatives. Conduct user assessments of technologies identified as possible solutions to support EOD C-WMD scenarios. Each assessment event will comparatively evaluate specified EOD-related technologies.� A specified technology will consist of a piece of equipment, up to and including a control unit and down range operational unit. User assessments require the following: Coordination with vendors/ performers to facilitate attendance Development of assessment plan for DTRA approval prior to assessment event Scenario-based venue configuration Test article design, fabrication, and set up Equipment/system operations training Documentation of equipment performance and user feedback Location Requirements� The contractor shall provide and maintain a list of potential locations for a variety of assessment scenarios and coordinate access to non-government assessment facilities/ venues to simulate operational environments, such as urban, desert, underground, harbor/pier, underwater. Locations should include a test range area co-located with onsite, indoor classroom space to be used as a staging and briefing area. Venue security classification (up to SECRET level) will be dependent on the type and nature of each assessment Classrooms should contain Information Technology/Audio-Visual equipment Capacity up to 20 occupants The contractor shall provide general temporary storage for DTRA gear and equipment (approximately 160 square feet) DTRA will determine if a specified assessment will require a government location.� In this event, DTRA will arrange for venue access. Security Requirements Assessments shall be managed at the SECRET level unless otherwise indicated by DTRA DTRA prefers event venues to be out of sight from public observation and physically secure due to potential equipment hazards. Scheduling Priority Requirements Ability to schedule the assessment event with no more than an 8-week advance notice Minimum of 2 assessments per year Maximum of 5 assessments per year Staffing Requirements The following subject matter expert positions are required to each have a minimum of 6 years of experience specific to CWMD technologies and RF countermeasures. Special Missions Unit EOD Technician Military EOD Technician Civilian Bomb Squad Technician Electrical Engineer Additional SMEs may be required to support larger or technology-specific assessments subject to approval by the DTRA PM. Personnel must hold or have the ability to obtain and maintain TOP SECRET clearance The period of performance contemplated for this effort is 60 months (12-month base and four 12-month option periods).� This requirement will result in a cost-plus-fixed-fee contract. The North American Industry Classification System (NAICS) is 541715.�A majority of the performance will occur at the contractor site with testing in various locations TBD, DTRA seeks to determine if there are qualified sources to support a competitive procurement. In absence of qualified sources, a contract will be negotiated and awarded to DAGER Technology, LLC, under the Other than Full and Open Competition procedures, pursuant to 10 United States Code (U.S.C.) 3204(b) as implemented by Federal Acquisition Regulation 6.302-1(a)(2)(iii)(A) and (B), Only One Responsible Source and No Other Services Will Satisfy Agency Requirements. In such instance, this notice will be considered to meet the requirements of FAR 5.201 to disseminate information to industry for proposed contract actions.� THIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS.� Interested parties have fifteen (15) calendar days from the date of publication of the Notice, to submit in writing, to the identified point of contact, clear and convincing evidence of their qualifications and/or capabilities as described below.� Such qualifications and/or capabilities will be used solely for the purpose of determining whether or not to conduct this procurement on a competitive basis.� Responses should be limited to ten (10) pages in 12-point Times New Roman font and shall include the following: Narrative detailing capabilities/intent to meet Sources Sought inquiry A list of potential military utility assessment venues and their capabilities List or catalogue of materials/systems produced, manufactured, licenses, or endorsed by Contractor Responses should also include a past performance writing sample (i.e. test plan, final report, or other related deliverable) not to exceed 50 pages. Responses received after fifteen (15) calendar days, or without the required information, will be considered non-responsive to this synopsis and will not be considered. �Any proprietary concepts of information should be clearly identified as such. All documentation shall become the property of the Government. Unless otherwise stated herein, no additional information is available. There is no commitment by the Government to issue a solicitation, to make award, or to be responsible for any costs expended by any interested parties in support of any effort in response to this Notice. Interested vendors must respond to this notice on or before the specified response date and time by sending an email to the Contract Specialist at elizabeth.g.bauer.civ@mail.mil and the Contracting Officer at elizabeth.a.colleran.civ@mail.mil. All emails should include the source sought project title, request number, and submitting organization's name in the subject line.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/2da96bca67aa449cb45027f2e55830b2/view)
- Place of Performance
- Address: Fort Belvoir, VA, USA
- Country: USA
- Country: USA
- Record
- SN06913145-F 20231216/231214230100 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |