SOURCES SOUGHT
A -- X-Ray Simulators for Test and Evaluation of Nuclear Survivability (XSTENS)
- Notice Date
- 10/9/2018
- Notice Type
- Sources Sought
- NAICS
- 541715
— Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
- Contracting Office
- Other Defense Agencies, Defense Threat Reduction Agency, Defense Threat Reduction Agency (Headquarters), DTRA Annex, 8725 John J. Kingman Road, MSC 6201, Fort Belvoir, Virginia, 22060-6217, United States
- ZIP Code
- 22060-6217
- Solicitation Number
- ACRRDNTS181407
- Archive Date
- 11/15/2018
- Point of Contact
- Kari K. Walters, Phone: 5716164917, Daisy Chang, Phone: 703-767-8263
- E-Mail Address
-
kari.k.walters.civ@mail.mil, daisy.m.chang.civ@mail.mil
(kari.k.walters.civ@mail.mil, daisy.m.chang.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Tracking Number: ACRRDNTS181407 Notice Type: Sources Sought Synopsis: This is a SOURCES SOUGHT NOTICE; there is no solicitation available at this time. No response will be provided to requests for a solicitation. THIS SOURCES SOUGHT NOTICE IS PUBLISHED FOR MARKET RESEARCH PURPOSES ONLY. Description: X-Ray Simulators for Test and Evaluation of Nuclear Survivability (XSTENS) Background: The Defense Threat Reduction Agency's (DTRA) mission is to safeguard America and its allies from Weapons of Mass Destruction (WMD) (chemical, biological, radiological, nuclear, and high yield explosives) by providing capabilities to reduce, eliminate, and counter the threat, and mitigate its effects. Following guidance and operational concepts of senior DOD officials, DTRA provides solutions across the full range of Chemical, Biological, Radiological, Nuclear and High Explosive (CBRNE) WMD technologies. DTRA's Research and Development Directorate (RD) is the focal point for identifying and developing innovative technologies to support the development of advanced test and evaluation technologies for nuclear weapon effects (NWE). DTRA has a requirement to build advanced prompt x-ray simulators to replace and enhance the capabilities of DOD's machines built in the 1970's and early 80's. Prompt x-ray, and the ion beam and electron beam sources used to simulate the effects of prompt x-rays, are needed to test the responses and certify the survivability of military systems that must operate in a space environment during potential nuclear weapon detonations. The machines under consideration for replacement include: Gamble II located at the Naval Research Laboratory (NRL); PITHON located at the DTRA West Coast Facility (WCF) operated by L-3 Applied Technologies Inc. (L-3) in San Leandro, CA; and Double-EAGLE also located at the WCF. All of these machines produce current pulses of over 1,000,000 Amperes at voltages over 1,500,000 Volts in pulses shorter than 100 nanoseconds. They store energy in high voltage capacitor banks that require tens of thousands of gallons of transformer oil, which take more than one microsecond to discharge, and require frequent maintenance due to their ages. The replacement project will be funded by the Central Test and Evaluation Investment Program (CTEIP) of the Test Resource Management Center (TRMC). The replacement machines are expected to incorporate advanced technologies that will reduce the physical size of the capacitor banks and oil storage requirements by more than a factor of two. They should also be designed to minimize maintenance labor and time. The new simulators should also provide improved performance in terms of x-ray radiation yield by a factor of up to two. All of these factors should reduce the cost of providing test support to DOD and allies. The new machines are expected to operate under a business model that is supported by customer fees and be designed to be modular to allow for relocation via conventional trucks. Development and Integration: The requirement is to support the FY20 CTEIP XSTENS project through its three Phases: a) Phase 0 in which the requirements are documented with the customers in a Test Capabilities Requirements Document (TCRD), a project plan, Life Cycle Support Plan (LCSP), and work breakdown structure are developed, and the Technology Readiness Level (TRL) and risks associated with the proposed solution are addressed/mitigated; b) Phase 1 in which the conceptual design is advanced to a detailed preliminary design with a low-risk cost estimate; c) Phase 2 in which a Critical Design Review is completed before approval to proceed to construction. Each of the three machines slated for replacement will be treated separately. There are multiple review and approval milestones in which the CTEIP management will approve or disapprove proceeding to the next stage. DTRA will be the executing agent for the XTENS project. The support contract is expected to have up to six (6) options that cover Phase 1 and Phase 2 for replacements of Double-EAGLE, PITHON, and Gamble II. The TRL of all components of the proposed advanced simulators is required to be at TRL 6 or higher before Phase 1 begins. Once completed, the new simulators will be expected to be self-supporting based on customer fees for test support and experimentation, and the contractor's LCSP must address how and where they will be maintained and sustained. Data Rights: The Government shall retain rights to all data produced in the course of developing, testing, manufacturing and integrating the simulators. Period of Performance: The estimated period of performance for this requirement is a 6-9 month base period for Phase 0 support. Up to three (3), less than 1-year option periods, for Phase 1 support. Up to three (3), 3-year option periods, for Phase 2 support. The total possible duration is five (5) years). Location: Services provided under the scope of this effort are required at one or more of the following DTRA locations: DTRA Headquarters/Defense Threat Reduction Center (DTRC) located at 8725 John J. Kingman Road, MSC 6201, Fort Belvoir, Virginia; and Kirtland AFB, NM. Support requirements may create a need for travel within local areas, CONUS or OCONUS. Security Requirements: Personnel requiring access to the DTRA government facility will require, at minimum, a DoD Secret Security Clearance. The classification level of customer test support requirements will necessitate maintaining active TOP SECRET CNWDI level clearances for this effort (at least 50% of the work team at the TS/CNWDI level of active clearances required at the beginning of the period of performance). Technical data, including classified information, will be required to be exported (physically and electronically transported) by the contractor in carrying out work activity, as directed by the Government. Travel: Travel for program reviews and technical coordination with DTRA, CTEIP, and Naval Research Laboratory personnel in the Washington DC region will be required. Up to 3 trips for 2 people for 4 days may be needed for Phase 0, for each Phase 1 option, and for the Phase 2 options to replace Double-EAGLE and PITHON. At least 2 trips for 2 weeks for 4 people may be required to support the Phase 2 option for the replacement of Gamble II. General Instruction: Sources Sought responses shall reflect corporate information, and a capability summary reflecting experience and demonstrated pulsed power capabilities at levels relevant, to the above task areas. Responses shall indicate whether the above described services are available through an existing government contract and if so, identify the contract and provide contact data for the Government point of contact managing that contract. Responses are to be limited to no more than five (5) pages. Company information should include qualifications and experience in work of this nature, point of contact, phone number, fax number, e-mail address, CAGE code, DUNS Number, business size, and small business classification (8[a], HUBZone, etc.), if applicable. Any information submitted in response to this Sources Sought Notice is strictly voluntary. This synopsis is for information planning purposes and the Government will not pay or otherwise reimburse respondents for information submitted. Proprietary information in the responses, if any, must be clearly marked. The Government may use non-Government (contractor) support personnel as subject matter experts in the review of responses received, including the review of any marked or unmarked proprietary information provided. Appropriate non-disclosure agreements have been executed between the third party, non-Government (contractor) support personnel and the Government are on file with the Government. A submission of a response to this Sources Sought constitutes the respondent's acknowledgement and agreement that the information provided in the response, including any marked or unmarked proprietary or source selection information, may be disclosed to these third party, non-Government (contractor) support personnel. The non-Government support contractors are Cherokee Nation Strategic Programs, LLC (contract specialist support), Kent, Campa and Kate, Inc. (contract closeout support), Engility Corporation (Advisory and Assistance Services), Quanterion Solutions, Inc, (DTRIAC Technical Engineering Services), and Kforce Government Solutions, Inc (Accounting and Financial Systems Support). Responses shall be submitted no later than 5:00 PM ET, October 30, 2018. Electronic responses are required and shall be submitted to Kari K. Walters, Contract Specialist, at kari.k.walters.civ@mail.mil. All documentation shall become the property of the Government. Unless otherwise stated herein, no additional information is available. Requests for the same will be disregarded. There is no commitment by the Government to issue a solicitation, to make award or awards, or to be responsible for any monies expended by any interested parties in support of any effort in response to this Sources Sought Notice. Information provided herein is subject to change and in no way binds the Government to solicit or award a contract.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DTRA/DTRA01/ACRRDNTS181407/listing.html)
- Place of Performance
- Address: 8725 John J. Kingman Road, Fort Belvoir, Virginia, 22060, United States
- Zip Code: 22060
- Zip Code: 22060
- Record
- SN05118522-W 20181011/181009230640-ca86e94e5ddee084109c45c9e5765b5c (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 |