Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 9, 2001 PSA #2952
SOLICITATIONS

R -- ANALYTICAL AND ENGINEERING SUPPORT SERVICES

Notice Date
October 4, 2001
Contracting Office
US Army Robert Morris Acquisition Center, Adelphi Contracting Division, ATTN: AMSSB-ACA, 2800 Powder Mill Road, Adelphi, MD 20783-1197
ZIP Code
20783-1197
Solicitation Number
DAAD17-02-R-SS01
Response Due
October 19, 2001
Point of Contact
Robin Stoltz, 301-394-3381, FAX 301-394-2852
E-Mail Address
US Army Robert Morris Acquisition Center, Adelphi (rstoltz@arl.army.mil)
Description
The U.S. Research Laboratory (ARL), Survivability/Lethality Analysis Directorate is tasked with performing research and development, engineering support, analyses, and experimentation in support of determining the survivability and vulnerability of U.S. Ar my systems to the full spectrum of battlefield threats. The Ballistic and Nuclear Biological and Chemical (NBC) Division (BND) serves as the U.S. Army's lead research and development element for the conventional ballistic and NBC survivability/lethality/v ulnerability (SLV) analysis of soldiers and weapon systems throughout the system's life cycle. Systems include ground combat systems, anti-armor weapons, aviation systems, anti-air weapons, artillery systems, air defense systems, command and control vehic le/shelters, engineering vehicles, trucks, complex logistical and tactical systems, anti-material weapons and anti-personnel weapons. BND is the directorate focal point for planning and executing the U.S. Army Live Fire Test and Evaluation programs and Joi nt Live Fire Test programs. In addition, BND supports electromagnetic environmental effects (E3) survivability for U. S. Army systems, and provides technical advice and SLV analyses in the area of NBC, E3, and ballistics. This action is for analytical an d engineering support for the various programs supported by BND. This support would include, but not be limited to, analyses of the ballistic, nuclear, Chemical and Biological (C/B), and E3 vulnerability and survivability of U.S. Army air and ground syste ms and all U.S. Army logistical and tactical systems; the investigation and recommendation of techniques to reduce the ballistic, nuclear, C/B, and E3 vulnerability and enhance the survivability of these systems; the design, planning and evaluation of test s of ground vehicles, munitions, rotorwing/fixed wing, manned and unmanned aircraft in support of Joint Live Fire (JLF), Live Fire (LF), and Risk Reduction testing; model development; development of SLV methodologies to conduct SLV analyses of ground, air , anti-air, and logistical and tactical systems to include the development of analytical methods and algorithms, computer codes, pre-and post-processors, and system-specific input data, and also includes the identification of experiments for input validat ion and algorithm development; development and improvement of scientific and engineering methods, models and databases to conduct SLV investigations of combat materiel and personnel; development of analytic algorithms and software implementations of tool s for modeling, manipulating and querying complex geometric databases that represent weapon systems, terrain, vegetation, atmosphere, battlefield obscurants, other battlefield objects and battlefield phenomena relevant to high-detailed physics-based SLV an alyses; the development of strategies and methodologies, and the implementation of software for use in ballistic SLV analyses; development of analytic methods and algorithms, development of system-specific input data, identify experiments for input valida tion and development of computer codes to support ballistic SLV analyses of armored combat systems, self-propelled artillery and anti-armor weapons, and air systems; development, improvement and maintenance of analysis codes and methodologies to analyze th e survivability of combat materiel to NBC and E3 threats; and development, and updates and maintaining the necessary survivability databases. All of these efforts may be required to be performed either on-site (government facility) or at the contractor's facility. The anticipated contract type is time and materials under which delivery orders will be issued. The following labor categories are anticipated to be used for this effort: Project Engineer, Project Manager, Engineer, Scientist, Analyst, Programmer, and Ope ration Research Analyst. The period of performance for this effort is for five years with an estimated contract ceiling of $25,000,000.00. It is p resently estimated that delivery orders up to $5,000,000.00 will be issued yearly based on funding availability. At the present time, this acquisition is expected to be full and open competition based on responses for similar actions. In accordance with FAR 19.502-2(b), for the Government to establish this acquisition as a small business set-aside, the Government must reasonably expect that offers from two or more responsible small business concerns will be received and that award will be made at a fair m arket price. To that end, small business, HUBZone and 8(a) concerns believing that they are qualified to perform the effort are encouraged to submit two copies of evidence supporting their qualifications to perform the effort no later than 15 days after t he publication date of this synopsis. Offerors should address: the qualifications, experience, and availability of its personnel to support this type of effort and the type of work set forth above; the company's experience in performing this type of work; the company's ability to hold a Secret Facility clearance as well as employing personnel capable of being cleared at the Secret level; and the company's ability to provide necessary materials, parts, components and subcontracted services required for the performance of this contract. Mere assertions of capability without supporting documentation will not be considered, and the Government reserves the right not to request additional information from offerors submitting inadequate or incomplete information for evaluation. If, after evaluation of qualification information submitted, it is the opinion of the Contracting Officer that there is an expectation of receiving offers from two or more responsible 8(a), HUBZone, or small business concerns in response t o this notice and that award will be made at a fair market price, this acquisition will convert to a HUBZone, 8(a), or small business set-aside. The North American Industry Classification System (NAICS) Code for this acquisition is 54133 -- Engineering Ser vices with a size standard of $20 million dollars in annual receipts. Because no other information is available for release regarding this procurement at this time, telephone requests for additional information will not be honored. This synopsis is for i nformation and planning purposes only, does not constitute a solicitation for bids or proposals, and is not to be construed as a commitment by the Government. The Government will not pay for any effort expended in responding to this synopsis. Responding firms should indicate what type of small business they are considered when submitting their qualification package.
Web Link
Army Single Face to Industry (http://acquisition.army.mil)
Record
Loren Data Corp. 20011009/RSOL009.HTM (D-277 SN50Z9J1)

R - Professional, Administrative and Management Support Services Index  |  Issue Index |
Created on October 4, 2001 by Loren Data Corp. -- info@ld.com