SPECIAL NOTICE
R -- Center for Counter Measures (CCM) Mission Support Services
- Notice Date
- 4/1/2024 9:40:35 AM
- Notice Type
- Justification
- NAICS
- 541715
— Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
- Contracting Office
- GSA/FAS ASSISTED AND EXPANDED ACQUI AUBURN WA 98001 USA
- ZIP Code
- 98001
- Solicitation Number
- 47QFWA24R0009
- Archive Date
- 05/01/2024
- Point of Contact
- Norman James
- E-Mail Address
-
norman.james@gsa.gov
(norman.james@gsa.gov)
- Award Number
- GS00Q14OADU412
- Award Date
- 03/26/2024
- Description
- This Justification for an Exception to Fair Opportunity is to support a BTO for a six-month base PoP and one (1) six-month option period, on a sole-source basis to the current incumbent contractor, Dynetics, LLC, to continue the provisioning of support services to the CCM at the WSMR. CCM is located at White Sands Missile Range (WSMR), New Mexico. CCM operates under Department of Defense Issuance (DoDI) 5129.47. CCM directs, coordinates, supports, and conducts independent Countermeasures (CM)/Counter-countermeasures (counter-CM) Test & Evaluation (T&E) activities for domestic and foreign Electro-Optical (EO), Infra-Red (IR), and Radio-Frequency (RF), directed energy weapon systems, sub-systems, sensors, and related components. CCM supports T&E, develops test tools, and test methodologies. CCM provides test resources for all Services and customers. CCM developed a suite of state-of-the-art test equipment, all of which is fully transportable, to support test activities at various locations CONUS and OCONUS. CCM requires both short-term and long-term support to perform the identified requirements. The Contractor shall provide qualified personnel, facilities, equipment, and materials necessary to support the subject BTO requirements, which may include, but are not limited to, the following activities: ? Custom configuration, development, and preparation of existing equipment. ? Operate, repair, maintain, update and/or add new capabilities to existing equipment and software. ? Develop new test equipment, systems, and capabilities to include but not limited to the anticipated new mission requirements. ? Identify, obtain pricing, develop required documentation, and obtain necessary approvals to purchase components, equipment, software, and/or other materials. ? Ready equipment for field test activities to include but not limited to shipping, transport, assembly install, setup, field testing and operation of equipment/components, ? Support all phases of T&E activities to include, but not limited to, test/project planning, pre-test setup and activities, test execution and post-test activities at various locations, both CONUS and OCONUS. ? Provide project management and technical subject matter expertise to support engineering assessments with regards to all CCM existing equipment and new test equipment and capabilities development. ? Data reduction, analysis, and assessment. ? Attend and participate in meetings and conferences and provide detailed reports to the Government. ? Prepare progress, event, and other reports for projects and/or phases of projects. ? Prepare and/or present data presentations or technical reports that may require graphs, charts, tables, photographs, video or motion picture filming and other media. The Contractor shall provide personnel with suitable professional qualifications to support CCM�s mission and enhance its reputation as a center of excellence. Contractor personnel shall comply with all Governmental, safety, surety and security laws, regulations, policies, and Standard Operating Procedures (SOPs) required for Government employees. Contractor personnel, in the performance of their assigned duties, shall comply with all relevant procedures including quality system procedures, administrative procedures, etc. Personnel must receive appropriate training in safety prior to working on the equipment at CCM or in the field. Contractor personnel shall operate independently or as team members to accomplish the objectives or deliverables of the subject BTO. Contractor personnel shall maintain and provide detailed records of all work performed in written format to the Government as part of the Contractor�s official contract record retention. The total price for the base period and option period for this requirement is estimated to be a potential $4,732,989.10 (Inclusive of GSA fee) over the twelve (12) month period. The price estimate took historical data into consideration for various Labor Categories (LCATs) hours and rates, ODCs, and travel required. The PoP will be a six-month base period with one (1) six-month option period.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f678d9ff9e2c4e5bb2dd54e646ce81e6/view)
- Place of Performance
- Address: White Sands Missile Range, NM 88002, USA
- Zip Code: 88002
- Country: USA
- Zip Code: 88002
- Record
- SN07015206-F 20240403/240401230042 (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 |