Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 14, 2024 SAM #8235
SOURCES SOUGHT

A -- Aerothermal Aero-Optics Evaluation Center Support

Notice Date
6/12/2024 2:23:59 PM
 
Notice Type
Sources Sought
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
W6QK ACC-RSA REDSTONE ARSENAL AL 35898-5090 USA
 
ZIP Code
35898-5090
 
Solicitation Number
W31P4Q-24-R-0020
 
Response Due
6/17/2024 2:00:00 PM
 
Archive Date
07/02/2024
 
Point of Contact
Michele D. Smith, Timothy J. Griffin
 
E-Mail Address
michele.d.smith22.civ@army.mil, timothy.j.griffin49.civ@army.mil
(michele.d.smith22.civ@army.mil, timothy.j.griffin49.civ@army.mil)
 
Description
The Government is issuing this amendment 1 to the RFI on June 12 2024, for the purpose of removing the performance location specified in the ""Place of Performance"". All other information in the RFI remains unchanged. As a reminder this RFI is for ""Information Only"" and the Government reserves the right to not entertain any questions regarding this RFI. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY - This notice serves as market research in accordance with FAR Part 10. This RFI is issued solely for information and planning purposes - it does not constitute a�Request for Proposal (RFP) or a promise to issue an RFP in the future. Solicitations are not available at this time.��Requests for a solicitation will not receive a response. This notice does not constitute a commitment by the United�States Government to contract for any supply or service whatsoever. All information submitted in response to this�announcement is voluntary; the United States Government will not pay for information requested nor will it�compensate any respondent for any cost incurred in developing information provided to the United States Government. A determination by the Government not to compete this action based upon responses to this notice�is solely within the discretion of the Government. Responses will not be returned to the responder. The information�gathered from this announcement will be used to determine if responsible sources exist, and to assist in�determining if this effort can be competitive and/or set aside for Small Business. Furthermore, the Government will�use the information, in part, to determine the best acquisition strategy for a potential procurement action and to�assist in making future acquisition strategy decisions. Not responding to this RFI does not preclude participation in�any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the Systems for Award Management (SAM). It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. The Combat Capabilities and Development Command (DEVCOM) Aviation & Missile Center (AvMC), Software, Simulation, Systems Integration Directorate (S3I) is exploring options to provide research, testing, and analysis of supersonic and hypersonic vehicles and their components at flight representative conditions in a clean air wind tunnel environment. This support will accommodate customer requirements, including the DEVCOM AvMC, MDA, Defense Advanced Research Projects Agency (DARPA), United States Air Force, National Aeronautics and Space Administration (NASA) and other Government organizations. The objective of this program is to provide for the research, testing of high-speed vehicle concepts, and analysis of supersonic and hypersonic vehicles and their components at true design conditions in wind tunnel environments that may include shock tunnels and long duration test facilities capable of testing models at full scale when possible. This includes the evaluation of aero-dynamic, aero-thermal, aero-optics, aero-propulsion, and multi-body separation effects. The succeeding paragraphs will describe the nature and scope of the support to be provided by the contractor. 1. Test Support Services�includes test planning, integration, coordination, facility modifications to support a test entry, test article design, fabrication and instrumentation, installation, testing operations and removal, test data reduction, analysis, and reporting.� Testing of this nature includes full-scale statice and/or dynamic tests at conditions that replicate flight conditions for the vehicle. Testing may include, but is not limited to, force and moment measurements, pressure and thermal measurements, and optical analysis of the flow field. �2.� Operation, Maintenance and Development Support includes operation and maintenance of the facilities and all their subsystems, facility upgrades, and future capability development. The contractor shall maintain the facilities and all their subsystems including but not limited to the instrumentation suite, balances and nozzle in a calibrated and operational state, even when no testing is scheduled in the near term. In addition, the contractor shall provide a basic operating cadre, both to maintain the facility and to respond to user coordination requirements.� These coordination requirements would include assisting AvMC with informing the potential user market about the facility and supporting preliminary planning activities with identified users. 3. Contract Management:��The contractor shall designate a Test Operations Manager to be the primary point of contact for the Government Test Coordinator. 4.� Technology:��The contractor shall support special studies and technology development efforts that may have a direct performance impact on the proposed program or, in a broader sense, other on-going programs. These efforts are intended to explore and develop new technologies and to incorporate these new technologies into existing system frameworks. These technologies may include the incorporation of new testing and measurement techniques and the expansion of operating envelopes of the existing facilities. 5. Security Requirements:��The contractor shall provide security to a level necessary to meet the requirements of the tasks required. The contractor�s work effort shall not be above the level of SECRET. Contractor personnel shall retain a SECRET level clearance for the duration of the tasks. The applicable NAICS code for this requirement is 541715 with a Small Business Size Standard of 1,500 employees. The Product Service Code is AC24. Businesses of all sizes are encouraged to respond; however,�each respondent must clearly identify their business size in their capabilities statement. If your organization has the potential capacity to perform these contract services, please provide the following�information: 1) Organization name, address, email address, Web site address, telephone number, and size and�type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this�effort, with appropriate documentation supporting claims of organizational and staff capability. If significant�subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the�administrative and management structure of such arrangements. Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length in�Times New Roman font of not less than 10 pitch. This documentation must address at a minimum the following�items: 1) What type of work has your company performed in the past in support of the same or similar requirment? 2) Can or has your company managed a task of this nature?� If so, please provide details. 3) What test facilities does your company have that can provide flight duplicative conditions for hypersonic vehicle concepts? 4) What experience does your company have in the development, operation, maintenance, and upgrading of hypersonic test facilities, including shock tunnels and long duration test facilities? 5)�Can or has your company managed a team of subcontractors before?� It so, please provide details. 6)�What specific technical skills does your company possess which highlights your capability to perform the tasks? 7) Provide a statement including curent small/large business status and company profile to include number of employees, annual revenue history, office locations, Uniqu Entity Identifier (UEI) number, etc. 8) Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements. The response date for this market research is June 17, 2024.� All responses to this RFI may be submitted via email to Ms. Michele Smith, Contract Specialist at michele.d.smith2.civ@army.mil and courtesy copy to Mr. Timothy Griffin, Contracting Officer, at timothy.j.griffin49.civ@army.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9ae1138623ac4662b2e4034b11c9613e/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07095428-F 20240614/240612230119 (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 |
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.