Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 19, 2012 FBO #4043
MODIFICATION

A -- Documentation, Editing, and Data Collection Support Services for Dugway Proving Ground's West Desert Test Center

Notice Date
12/17/2012
 
Notice Type
Modification/Amendment
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Dugway Proving Ground, Bldg 5330 Valdez Circle, Dugway, Utah, 84022-5000, United States
 
ZIP Code
84022-5000
 
Solicitation Number
W911S6-13-R-XXX1
 
Archive Date
1/22/2013
 
Point of Contact
Eric S. Vokt, Phone: 435-831-2107
 
E-Mail Address
eric.s.vokt.civ@mail.mil
(eric.s.vokt.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Dugway Proving Ground (DPG) Mission and Installation Contracting Command's (MICC) Contracting Office is seeking sources that can provide Test Document Writing, Editing and Data Collection in support of the West Test Center (WDTC) Chemical, Biological Testing mission. The WDTC plans, conducts, evaluate,s and reports on developmental and operational tests as well as operational training scenarios, to assess the military value of chemical and biological (CB) defense systems. WDTC also plans, conducts, evaluates, and reports on non-CB testing for the Department of Defense and other federal agencies. Dugway Proving Ground and WDTC participate in the development of technology and methodology to support assigned testing. This support encompasses the following functional areas: Chemical Standoff Detection, Chemical Point Detection, Biological Point Detection, Biological Standoff Detection, Field Analysis, Personnel Contamination Mitigation, Integrated Early Warning, Radiological Standoff Detection, Radiological Point Detection, CBRN Reconnaissance, Equipment Contamination Mitigation, Chemical Prophylaxis, Medical Surveillance, Percutaneous Protection, Medical Diagnostics, Battle or Operating Environment Analysis, Biological Therapeutics, Chemical Therapeutics, Battle of Operating Environment Management Systems, Expeditionary Collective Protection, Radiological Prophylaxis, Fixed Site Contamination Mitigation, Radiological Therapeutics, Fixed Site Collective Protection, Methods of Control, and Hazardous Waste Control. Planning, conducting, analyzing and reporting customer chemical and biological warfare system test and training. Provide demonstrated expertise in the conduct of technical studies associated with the experimental design and statistical analysis, mathematical modeling, providing technical editorial support in preparing test plans, test reports and other documents associated with testing ( e.g. environmental assessments), monitoring data acquisition in the field, reducing and statistically analyzing data collected, editing documents, preparing new documents and editing previously prepared Government documents in various stages of development and preparing comments on Governmental documents. A determination on the contract type, mechanism for procuring the services, and possible set-aside will not be made by the Government until after the market research has been completed. No proposals are being requested or accepted under this synopsis. The anticipated North American Industry Classification System Code (NAICS) for this requirement is 541712 and the size standard is 500 employees. Qualified companies are encouraged to respond. Responses should provide the following information in response to this sources sought announcement: (1) business name and address; (2) name of company representative and their business title; (3) pertinent details and experience of doing this type of services (identify any relationship with work conducted with the Government's chemical and biological programs); (4) business size as it relates to the NAICS code and size standard stated in this sources sought announcement; (5) contract types typically used for these types of services; and (6) other contract vehicles that would be available to the Government for the procurement of these services, to include General Service Administration (GSA) Federal Supply Schedules and/or any other Department of Defense contracts. PROCEDURES: This Request for Information (RFI) is a required component of a complete and systematic process to evaluate interested parties in order to minimize cost both to potentially interested parties and the Government. Interested sources are also encouraged to submit product literature in response to this Request for Information (RFI). Any submission of such product literature or catalog cut sheets will be treated separate from, and will have no bearing on, any subsequent evaluation of proposals submitted in response to any resulting future formal Request for Proposal. Interested parties should provide a statement of interest on company letterhead (not to exceed 20 pages in length) to: U.S. Army, Dugway Proving Ground, and Attn: CCMI-CHD-DG (Eric S. Vokt, Contracting Officer), Dugway
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d15df93bf55c2c9cf786a679025dff2e)
 
Place of Performance
Address: Dugway Proving Ground, Dugway, Utah, 84022, United States
Zip Code: 84022
 
Record
SN02950569-W 20121219/121217234647-d15df93bf55c2c9cf786a679025dff2e (fbodaily.com)
 
Source
FedBizOpps 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.