1. Background: NSRDEC, PM-FSS, and PM-SCIE have numerous ongoing aerial delivery S&T projects and programs of record. Over the life of the programs there are often requirements to conduct tests and certify equipment in accordance with MIL-STD-810G which defines environmental testing methods. There is a need within the Aerial Delivery directorate for a new comprehensive contract to allow multiple programs the ability to quickly and efficiently execute environmental testing. This contract would
reduce the total amount of paperwork and time needed to complete this important task. The contractor shall be required to have American Association of Laboratory Accreditation (A2LA) or a similar industry accreditation. When applicable, testing will be coordinated in advance with ATEC and the project IPT prior to any environmental testing being funded. ATEC data collectors may be present on site to witness, record, and validate that all testing was in compliance with MIL-STD-810G.
2. Requirements: The contractual effort will environmentally test hardware to
ensure it is suitable for use aboard military aircraft and/or other austere
operational environments. The contractor will be performing ordered tests in accordance with MIL-STD-810G.
a. General Requirements. The contractor's primary focus shall be to:
1. Perform environmental testing for the Government as required.
2. Provide detailed reports summarizing the test results.
b. Specific Requirements: The contractor shall:
1. Test Support:
a) The contractor shall perform required tests in accordance with MIL-STD-
810G, tailored to meet the needs of the Government and the specific program. The contractor shall be responsible for test set-up, execution, and clean-up.
b) The contractor shall have the equipment and expertise necessary to perform the following MIL-STD-810G tests: 500.5 Low Pressure (Altitude, Procedures 1, 2, 3), 501.5 High Temperature (Procedures 1,2), 502.5 Low Temperature (Procedure 1,2), 503.5 Temperature Shock, 504.1 Contamination by Fluids, 505.5 Solar Radiation (Sunshine, Procedures 1,2), 506.5 Rain, 507.5 Humidity, 508.5 Fungus, 509.5 Salt Fog, 510.5 Sand and Dust, 511.5 Explosive Atmosphere, 512.5 Immersion, 513.6 Acceleration, 514.6 Vibration, 516.6 Shock, 517.1 Pyroshock, 520.3 Temperature, Humidity, Vibration, and Altitude, 521.3 Icing/Freezing Rain, 524 Freeze/Thaw, 526 Rail Impact, 528 Mechanical Vibrations of Shipboard Equipment (Type I - Environmental and Type II - Internally Excited).
2. Reporting:
a) The contractor shall provide detailed post-test reports to the Government to
include a description of the test set-up, all data collected during the testing, photos of the test setup and execution (as applicable), and any observations made during the test. Any test failures shall be well documented with photos and descriptions and the test assets returned to the government.
3. Period of Performance: The estimated period of performance is from Date of Award of Blanket Purchase agreement through 30 April 2022.
4. Travel: Travel is not anticipated under this contract.
5. Security: A security clearance is not required for this work.
6. Personnel Qualifications:
a. General Experience. It is essential the contractor have an understanding of
test methodology and technical reporting.
b. Specialized Experience: The contractor shall have demonstrated experience and understanding of MIL-STD 810G, focusing on the methods listed in 2.b.1.b. The contractor shall also have the ability to fabricate test fixtures if required for the methods listed in 2.b.1.b.
7. Government Furnished Equipment/Information/Computer Utilization: The Government shall provide:
a. Hardware requiring testing - to be returned to the Government at test completion.
8. Other Direct Costs (ODCs): The Government does not anticipate ODCs.
All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency.
The North American Industry Classification System (NAICS) code is 541380.
Proposals should include specific information to address qualifications of interested parties which specifically address the requirements above. Those submissions must include the vendors Cage Code, Duns Number, all other pertinent information.
It is our intent to make these awards to small businesses should adequate competition exist among small business. Should adequate small business competition not exist, these awards will be made as full and open competition.
Inquiries and responses may be sent to Michael Quinlan, Contract Specialist,
via email at [email protected] no later than July 10, 2017, 12:00
PM (EST).