Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 17, 2005 FBO #1360
SOLICITATION NOTICE

B -- Study of Unmanned Aerial Vehicle (UAV) test methodologies

Notice Date
8/15/2005
 
Notice Type
Solicitation Notice
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
ACA, Yuma Proving Ground - DABK41, ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street, Yuma, AZ 85365-9106
 
ZIP Code
85365-9106
 
Solicitation Number
W9124R-05-T-0050
 
Response Due
9/6/2005
 
Archive Date
11/5/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined solicitation/synopsis for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. This requirement is being issued under Simplified Acquisition Procedures (SAP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-05 dated 27 July 2005 and Defense Federal Acquisition Regulation Supplement (DFARs), 1998 edition, current to DCN 20050726 . It is anticipated that payment will be made by Government Visa Credit Card, though payment by Defense Finance and Accounting Service (DFAS) may be arranged if necessary. This acquisition is a 100% Small Business Set-Aside. The North American Industry Classification System (NAICS) is 541990 with a size standard of $6 million. All prospective offerors must be actively registered in the Central Contractor Registration. Offero rs may register online at http://www.bpn.gov/CCR/scripts/index.html . The proposal shall consist of Contract Line Item Number (CLIN) 0001: STATEMENT OF WORK: The purpose of this contract is to conduct a study of Unmanned Aerial Vehicle (UAV) test methodologies to produce a report and Test Operations Procedures (TOP) document for UAV testing. Develop test methodologies to cover the broad spectrum for UAV testing, and document the results in a report and in a TOP document. This document will provide guidance for testing technical characteristics of UAV systems. It will provide a general descri ption of the facilities, instrumentation, and tasks required. This document will identify testing methods and techniques necessary to demonstrate the degree to which Critical Technical Parameters (CTPs) and/or Key Performance Parameters (KPPs), as specifi ed in the Operational Requirements Document (ORD), the Test and Evaluation Master Plan (TEMP), System Evaluation Plan (SEP), and other requirements documents, can be met. The procedures contained therein will cover testing related to air vehicle performan ce and flying qualities, as well as operational characteristics of, and compatibility with, related equipment such as sensors, weapons, and communications equipment. Acceptable quality level will correspond to typical standards in existing U.S. Army TOPs available at http://itops.dtc.army.mil/II_vehicles.htm. Report on results of UAV development and testing. The vendor will be supplied with draft or final copies of existing relevant Standing Operating Procedures (SOPs), TOPs, Test Plans, Test Reports, sample TEMPs, ORDs, SEPs, and other supporting documents that may be needed. It is anticipated that this may be other than a firm fixed price contract. 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Technical approach: Offeror shall demonstrate technical ability to perform stated requirements. Technical ability shall include documented experience with similar systems, such as with lightweight manned aircraft, sailplanes or gliders, radio-control led aircraft, hang gliders, ultralights, or other air vehicles of a fairly simple nature (not high-speed jet aircraft or missiles, for example). Experience may include design, flight analysis, testing, and developing test methods and flight procedures. (ii) Past performance and prior experience: Offeror shall demonstrate past performance and prior experience in a related project, program or study by referencing reports or other documents detailing such prior effort in a related field. (iii) Price Technical and past performance, when combined, are somewhat more important than price. All proposals shall be clearly marked with RFP number W9124R-05-T-0050 and emailed to Laura.StJohn@yuma.army.mil or sent by facsimile to 928-328-6849 no later than 11:00 AM MST, 06 September 2005. The following FAR Clauses and Provisions are incorporated by reference and apply to this acquisition: FAR provision 52.212-1 Instruction to Offerors Commercial Items (Jan 2005). Offers that fail to furnish required representations or technical information as required by FAR Clause 52.212-1 cited above or reject the terms and conditions of this solicitation may be excluded from consideration. You must complete the following Offeror Representations and Certifications as part of your proposal: FAR provision 52.212-3, Offeror Representations and Certifications Commercial Items (Mar 2005) and DFARS 252.212-7000 Offerors Representations and Certifications - Commercial Items (June 2005). Note: In order to complete the Representation and Certifications for the above referenced provisions you must go to the Air Force Web Site at http://farsite.hill.af.mil/VFFAR1.HTM, locate the referenced clause, copy and paste it to a Word document and comp lete. The Representations and Certifications are also available on the USAYPG contracting web site located at http://www.yuma.army.mil/contracting/rfq.html . FAR clause 52.212-4, Contract Terms and Conditions Commercial Items (Oct 2003) applies to this acquisition, specifically addendum 52.247-34 FOB Destination (Nov 1991). FAR 52.212-5, Contract Terms and Conditions required to Implement Statues or Executive Order Commercial Items (July 2005) apply to this acquisition. Specific clauses cited in FAR 52.212-5 that are applicable to this acquisition are 52.222-3 Convict Labor (Jun 2003), 52.222-19 Child Labor Cooperation with Authorities and Remedies (Jun 2004), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Apr 2002), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001), 52.222-36 Affirmative Action for Workers With Disabilities (Jun 1998), 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001), 52.232-34 Payment by Electronic Funds Transfer Central Contractor Registration (May 1999), 52.232-36 Payment by Third Party (May 1999). DFARS Clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (June 2005) apply to this Acquisition, and specifically 252.225-7001 Buy American Act Trade Agreements Balance of Payments Program (June 2005) and 252.232-7003 Electronic Submission of Payment Requests (Jan 2004). If you plan on participating in this acquisition you are required to provide your name, address, phone number, and email address to Laura St.John via email to Laura.StJohn@yuma.army.mil or facsimile (928) 328-6849 for notification of amendments. See Note 1.
 
Place of Performance
Address: ACA, Yuma Proving Ground - DABK41 ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street Yuma AZ
Zip Code: 85365-9106
Country: US
 
Record
SN00870613-W 20050817/050815212124 (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 |
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.