The RFP Database
New business relationships start here

A  EVALUATION OF AERO-DYNAMIC, AERO-THERMAL, AERO-OPTICS, AERO-PROPULSION, AND MULTI-BODY SEPARATION EFFECTS


Alabama, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

A - EVALUATION OF AERO-DYNAMIC, AERO-THERMAL, AERO-OPTICS, AERO-PROPULSION, AND MULTI-BODY SEPARATION EFFECTS


This Sources Sought notice is amended to clarify the Government's requirement. The following questions were received in response to this Request for Information.


Industry Question 1) What are the Army supersonic and hypersonic wind tunnels discussed in the RFI?
Industry Question 2) Will this evaluation work take place at an existing testing facility, and if so, which one?

Government Response: As stated within the RFI, "The United States Army Aviation and Missile Research, Development, and Engineering Center (USAMRDEC) System Simulation & Development Directorate is exploring options to provide for the research, testing and analysis of supersonic and hypersonic vehicles and their components at true design conditions to evaluate aerodynamic, aero-thermal, aero-optics, aero-propulsion, and multi-body separation effects." To clarify, it is left to the contractor to define the type of facility that would meet these requirements. The Army WILL NOT supply a facility.


Based upon the Government's Response, the notice amends paragraph 2, sentence 3 to state: "It is anticipated that the contractor provided facility will be utilized to test the high-speed vehicle concepts resulting from United States Army Space and Missile Defense Command (USASMDC), AMRDEC, Defense Advanced Research Program Agency (DARPA), United States Air Force, NASA, other Government organization programs and their contractors."


Also, the following item has been added to the minimum requirements for the capability statement:


7) Describe the test facility that will be utilized to support research, testing and analysis of supersonic and hypersonic vehicles and their components at true design conditions to evaluate aerodynamic, aero-thermal, aero-optics, aero-propulsion, and multi-body separation effects.



Industry Question 3) Do you anticipate a stand-alone contract, or will this work possibly be a task order on an existing contract vehicle (such as AMCOM Express and the like)?


Government Response: Paragraph 1, sentence 8 has been revised to state "Furthermore, the Government will use the information, in part, to determine the best acquisition strategy for a potential procurement action and to assist in making future acquisition strategy decisions for a stand alone contract."


 This RFI response date has been extended to 28 March 2018


DESCRIPTION


THIS IS A REQUEST FOR INFORMATION (RFI) ONLY - This notice serves as market research in accordance with FAR Part 10. This RFI is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. Solicitations are not available at this time. Requests for a solicitation will not receive a response. This notice does not constitute a commitment by the United States Government to contract for any supply or service whatsoever. All information submitted in response to this announcement is voluntary; the United States Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the United States Government. A determination by the Government not to compete this action based upon responses to this notice is solely within the discretion of the Government. Responses will not be returned to the responder. The information gathered from this announcement will be used to determine if responsible sources exist, and to assist in determining if this effort can be competitive and/or set aside for Small Business. Furthermore, the Government will use the information, in part, to determine the best acquisition strategy for a potential procurement action and to assist in making future acquisition strategy decisions for a stand alone contract. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on Federal Business Opportunities (FBO). It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement.


The United States Army Aviation and Missile Research, Development, and Engineering Center (USAMRDEC) System Simulation & Development Directorate is exploring options to provide for the research, testing and analysis of supersonic and hypersonic vehicles and their components at true design conditions to evaluate aero-dynamic, aero-thermal, aero-optics, aero-propulsion, and multi-body separation effects. The succeeding paragraphs will describe the nature and scope of the support to be provided. It is anticipated that the contractor provided facility will be utilized to test the high-speed vehicle concepts resulting from United States Army Space and Missile Defense Command (USASMDC), AMRDEC, Defense Advanced Research Program Agency (DARPA), United States Air Force, NASA, other Government organization programs and their contractors. The contractor shall provide:
1. Test Support Services to include test planning, integration, coordination, facility modifications, test item design, fabrication, and instrumentation, installation and testing operations and removal, test data reduction, analysis, and reporting.


2. Basic Operation & Maintenance Support needed to maintain the tunnel and all of its subsystems (e.g. instrumentation suite) in a calibrated, operational state, even when no testing is scheduled in the near term. The Contractor shall perform such preventive maintenance, calibration activities, inspections and repairs necessary to maintain this state of readiness. In addition, the Contractor shall provide a basic operating cadre, both to maintain the physical plant and to respond to user coordination requirements. These coordination requirements would include assisting AMRDEC in informing the potential user market about the tunnel facility and supporting preliminary planning activities with identified users.


3. Contract Management: the contractor shall designate a Test Operations Manager to be the primary point of contact for the Government Test Coordinator.


4. Technology Developments will be proposed to explore and develop new technologies and to incorporate these new technologies into existing tunnel frameworks.


5. Security Requirements will include a Top-Secret facility clearance and provide personnel at the Top Secret and Secret levels. The Contractor shall receive, generate, store, and/or control up to Top Secret material at this facility for this effort.


6. Hazardous Materials: the facility must be able to handle hazardous/explosive materials of the nature associated with shroud separation, stage separation, and divert jet firings associated with supersonic and hypersonic flight systems.
ELIGIBILITY


The applicable NAICS code for this requirement is 541715 with a Small Business Size Standard of 1,500 employees. The Product Service Code is AC24. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement.


If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.


Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 10 pitch. This documentation must address at a minimum the following items:


1.) What type of work has your company performed in the past in support of the same or similar requirement?


2.) Can or has your company managed a task of this nature? If so, please provide details.


3.) Can or has your company managed a team of subcontractors before? If so, provide details.


4.) What specific technical skills does your company possess which ensure capability to perform the tasks?


5.) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNs number, etc.


6.) Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements.
 
7.) Describe the test facility that will be utilized to support research, testing and analysis of supersonic and hypersonic vehicles and their components at true design conditions to evaluate aerodynamic, aero-thermal, aero-optics, aero-propulsion, and multi-body separation effects.


The response date for this market research is March 28, 2018. All responses to this RFI may be submitted via e-mail to Shannon Love, Contract Specialist, at shannon.d.love.civ@us.army.mil, courtesy copy to Whitney Alexander, Contracting Officer, at whitney.a.alexander.civ@us.army.mil.


 


Shannon Love, Phone 2563134499, Email shannon.d.love.civ@mail.mil - Whitney Alexander, Phone 2568761232, Email whitney.a.alexander.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP