SOLICITATION NOTICE
R -- Non-Ballistic Survivability and Ballistic Vulnerability and Lethality (including Live Fire) Technical Support Services
- Notice Date
- 5/18/2004
- Notice Type
- Solicitation Notice
- NAICS
- 541330
— Engineering Services
- Contracting Office
- US Army ATEC Contracting Activity, ATTN: CSTE-CA, P.O. Box Y, Fort Hood, TX 76544-0770
- ZIP Code
- 76544-0770
- Solicitation Number
- W9115U-04-R-0002
- Response Due
- 7/30/2004
- Archive Date
- 9/28/2004
- Point of Contact
- Patricia Cuff, 254-288-0882
- E-Mail Address
-
US Army ATEC Contracting Activity
(patricia.cuff@otc.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The Government intends to issue a 100% small business set-aside Request for Proposal (RFP) for the procurement of non-personal service technical support to the U.S. Army Evaluation Center (AEC), Survivability Evaluation Directorate (SVED), , which i s located at Aberdeen Proving Grounds, Maryland. SVED's primary mission is planning and conducting independent non-ballistic Survivability and Ballistic Vulnerability and Lethality (including Live Fire) evaluations to determine and report the non-ballis tic Survivability and Ballistic Vulnerability/Lethality (including Live Fire) of Army and designated joint systems as part of AEC's continuous evaluation mission. As a minimum, the contractor shall provide primary technical services support, which will in clude, but is not limited to, assistance in developing the following as drafts and/or inputs to: the development of lethality, vulnerability, survivability, performance, and effectiveness issues; use of survivability/lethality/vulnerability models and sim ulations in the support of evaluation issues; development of test strategies; development of system lethality, vulnerability, survivability, performance and effectiveness strategies; development of the lethality, vulnerability, survivability, performance, and effectiveness test design and analysis portions of Early Strategy Reviews (ESR), Concept Initial Product Reviews (CIPR), Lens charts, Rock Drills, System Evaluation Plans (SEP), Event Design Plans (EDP), System Evaluation Reports (SER) , and System Ass essments (SA); support of test conduct; analysis of individual test events; documentation of test program results; analysis inputs for verification, validation, and accreditation (VV&A) of applicable analytical tools, techniques, and methods; development and maintenance of a weapon system program database; as well as publication and information support to AEC. The contractor shall provide non-ballistic Survivability technical support services concerning specific threat areas and technical disciplines th at include but not limited to; Physical Security/Force Protection, Soldier Survivability, Information Assurance, Electromagnetic Environmental Effects (E3), Countermeasures (including Electronic Warfare, Signatures, Atmospherics and Obscurants), Nuclear Bi ological Chemical Contamination Survivability, and Nuclear Weapon Effects. Technical support services shall include addressing Ballistic Vulnerability/Lethality (including Live Fire) independent non-ballistic Survivability across the commodity areas of, but not limited to, Air and Missile Defense Systems, Aviation Systems, Close Combat Systems, Combat Support Systems, Command Control Communication (C3) Systems, Intelligence Systems, Fire Support Systems, Future Force Systems, Advanced Concept Technology D emonstrations (ACTD) and Advanced Technology Demonstrations (ATD), and related Soldier Systems. In addition, the contractor may be required to provide services on a non-interfering basis to address particular evaluation needs beyond non-ballistic Survivab ility and Ballistic Vulnerability/Lethality (including Live Fire) requirements. These services are in support of the following AEC Directorates, but are not limited to, Air and Missile Defense, Aviation, Close Combat, Command Control Communications (C3), Intelligence, Fire Support, Combat Support, and Future Force. The anticipated contract type is cost plus fixed fee. The period of performance (exclusive of contract transition period) is for one base period and four one-year option periods. The requirement will not result in a classified contract. However, class ified data may be involved during contract performance period. Therefore, the contractor shall be required to have facility clearance level of SECRET and the ability to obtain a TOP SECRET clearance if necessary. To be considered for award, the offeror m ust represent in good faith that it is a small business concern pursuant to FAR Part 19. . The North American Industry Classification System (NAICS) code is 541330 with annual revenue based size standard of $23 million. The respondent is encouraged to review Federal Acquisition Regulation (FAR) subpart 19.101, Explanation of Terms and 19.102, Size Standards. All offerors must be registered in the Central Contractor Registration (CCR); and have a valid DUNS number, CAGE Code, and Tax Identification Number. The RFP and any subsequent amendments will be issued in electronic format on or abou t 01 July 2004 and posted to the AMSCA website: https://www.datm01.atec.army.mil/. The Government will not accept telephone requests or inquiries. All requests or inquires shall be submitted in writing and sent via electronic mail to the following addr ess: aca.atec@us.army.mil. The AMSCA website will be used to communicate information regarding this acquisition. All questions, question reponses, and notifications will be posted to the AMSCA website under Electronic Reading Room. Interested parties are advised and encouraged to check the AMSCA website for the latest information regarding this acquisition . The Government will not post additional notices to FedBizOpps. See numbered notes 1 and 26. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (18-MAY-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/TECOM/DATM01/W9115U-04-R-0002/listing.html)
- Place of Performance
- Address: US Army ATEC Contracting Activity ATTN: CSTE-CA, P.O. Box Y Fort Hood TX
- Zip Code: 76544-0770
- Country: US
- Zip Code: 76544-0770
- Record
- SN00587828-F 20040520/040518212242 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |