VERIFICATION OF WINGARD EVALUATION AND TESTING (WET) at REDUCED SETBACKS
ID: 19AQMM24R0106Type: Combined Synopsis/Solicitation
Overview

Buyer

STATE, DEPARTMENT OFSTATE, DEPARTMENT OFACQUISITIONS - AQM MOMENTUMWASHINGTON, DC, 20520, USA

NAICS

Engineering Services (541330)

PSC

EQUIPMENT AND MATERIALS TESTING- CONSTRUCTION AND BUILDING MATERIALS (H256)
Timeline
    Description

    The U.S. Department of State is seeking proposals for the verification of Wingard Evaluation and Testing (WET) at reduced setbacks, focusing on forced entry and blast-resistant glazing designs. The objective is to ensure that these designs meet performance standards under various loading conditions that differ from historical data, which is critical for enhancing physical security infrastructure. This procurement is significant as it involves testing and validating glazing systems to protect government facilities against explosive threats. Interested offerors must submit their proposals by October 3, 2024, and should direct any inquiries to Lisa Pizarro at PizarroL1@state.gov or Amber Gray at GrayAL@state.gov. Note that funding is not currently available, and awards will only be made once funds are secured.

    Files
    Title
    Posted
    This federal solicitation (19AQMM24R0106) outlines the request for proposals for engineering services related to the design and testing of window glazing systems using WINGARD Analysis Software. It includes four main tasks: the design and construction of test fronts for rectangular and irregular windows, test planning, execution of blast resistance testing, and reporting results. Each task specifies deliverables and pricing as Firm Fixed Price (FFP), with the total award amount currently unlisted. The solicitation is unrestricted and encourages participation from small businesses, including those owned by veterans and women. It references pertinent federal acquisition regulations (FAR) and mandates electronic processing for invoicing. Additionally, it specifies contractor registration requirements and compliance provisions for safety, labor standards, and employment eligibility. Award of contract will be contingent upon the availability of funds, reflecting the common condition in government RFPs where proposals may be cancelled without obligation to cover costs incurred by bidders. The anticipated effective date of the contract aligns with the solicitation issue date of August 21, 2024, with proposal submissions due by September 3, 2024. Overall, this solicitation emphasizes the government’s focus on innovative engineering solutions through competitive bidding while ensuring regulatory compliance and support for small businesses.
    The document pertains to the amendment of solicitation 19AQMM24R0106, issued by the Office of Acquisition Management (OPE/AQM) on September 3, 2024. It primarily involves the extension of proposal due dates for the Wingard Analysis Software and Design Layups contract. Key modifications include moving the due date to October 3, 2024, updating the price firmness requirement until January 1, 2025, and outlining tasks related to the design, testing, and fabrication of window structures. The contractor must acknowledge the amendment and incorporate responses to inquiries received by August 26, 2024, with a deadline for final questions set for September 6, 2024. The solicitation aims to engage an engineering services provider for tasks involving the design and testing of glass structures subjected to various conditions, ensuring all proposals comply with federal contracting regulations. The contract is categorized as Firm Fixed Price (FFP), emphasizing cost solidity for the government. A notable highlight is the contract’s focus on maximizing testing efficiency for different glazing types and configurations, critical for assessing their performance in real conditions. Moreover, it underscores the necessity for contractors to participate in safety and registration protocols as mandated by federal regulations.
    The document outlines the instructions for offerors responding to RFP-19AQMM24R0106, governed by the Federal Acquisition Regulation (FAR) Parts 12 and 13. It emphasizes that no awards will be made unless funds are available, and the government has the right to cancel the solicitation. Offerors must provide a comprehensive technical proposal (Volume I) and a separate price proposal (Volume II), detailing their qualifications, technical approach, and relevant experience, particularly in blast testing and structural design. The technical proposal should not exceed 20 pages and must include a staffing plan and resumes. Price proposals need to break down costs by labor categories, materials, and tasks, with a cap on annual cost escalation. Offerors must be registered in the System for Award Management (SAM) and provide their unique entity identifier. Only one proposal per offeror is allowed, and late submissions may not be considered unless specified conditions are met. The government seeks the best terms and reserves the right to negotiate after evaluating proposals. This RFP serves to procure specialized engineering services, aligning with federal regulations to ensure a fair and competitive proposal process for potential contractors.
    The document serves as an addendum to the RFP 19AQMM24R0106, outlining instructions for offerors submitting proposals for commercial products and services under federal guidelines. It emphasizes that funding availability is uncertain, and awards will only be made once funding is secured. Offerors must be familiar with applicable clauses and register in the System for Award Management (SAM) to be eligible. The proposal submission is divided into two volumes: Volume I must detail the technical approach and organizational experience, not exceeding 20 pages, while Volume II focuses on pricing information, broken down by task. Proposals must conform to strict formatting guidelines to avoid rejection. Offerors must also identify any assumptions or exceptions taken from the RFP requirements, providing rationale for each. The evaluation process will consider the first proposal if multiple submissions are received. Awards will be made without discussions, requiring offerors to present their best terms from the outset. Late submissions may be considered under specific circumstances. This document emphasizes the importance of adhering to defined procedures, outlining expectations for technical competency in engineering services, particularly regarding blast testing and structural requirements, aligning with federal acquisition standards.
    The document outlines the evaluation process for a government Request for Proposals (RFP) concerning commercial products and services. The government will award a contract based on the offeror's conformity to the solicitation and the overall benefit to the government. Key evaluation factors include technical experience, organizational capacity, and pricing, with a significant emphasis on technical aspects over cost. Two primary technical subfactors are assessed: prior demonstrated experience, where vendors must show relevant experience from three contracts in the past five years, and organizational experience, which examines personnel qualifications and staff resumes. Price proposals will be evaluated for competitiveness and alignment with technical submissions, without a confidence rating assigned to the pricing itself. Additionally, the government will consider the total price of options alongside the total cost of the basic requirement but will not be obligated to exercise any options. The document concludes that a written notice of award will solidify the contract without further action needed from either party unless a withdrawal notice is presented. This RFP serves as a formal request for quality services, demonstrating the government's commitment to due diligence in contractor selection.
    The U.S. Department of State’s Bureau of Diplomatic Security requires verification of forced entry and blast-resistant glazing designs using the WINGARD software. The goal is to ensure these designs meet performance standards under various loading conditions that differ from historic data. The effort encompasses designing, procuring, and testing glazing layups that comply with the Bureau of Overseas Building Operations specifications. Testing will capture critical data such as blast wave arrival, window system pressures, glazing deflection, and response characteristics. A structured approach will involve detailed testing of both rectangular and irregular-shaped windows across designated charge weights and standoff distances, while utilizing efficient testing methods. Deliverables include monthly status reports, construction drawings, test plans, and final reports comparing predicted versus measured performance. The initiative emphasizes maintaining confidentiality concerning sensitive government information and ensuring compliance with established blast test standards. Successful completion of these tasks will validate the effectiveness of glazing systems in enhancing physical security infrastructure.
    The "DS/PSP/PSD SOP for Blast Testing 2022" outlines standardized operating procedures for conducting blast and blast simulator tests by the U.S. Department of State to ensure consistency and repeatability across test facilities. The document details 13 sections covering topics such as scope, terminology, health and safety precautions, facility requirements, instrumentation, and data processing. It emphasizes the importance of a structured test plan, which must include design specifications, blast loading criteria, and instrumentation details. The SOP mandates strict criteria for infrastructure, including the use of nonresponding structures to minimize interference with test outcomes and detailed requirements for data acquisition systems. Calibration and validation of sensors are emphasized to maintain accurate results. The overarching goal is to harmonize testing practices across varying facilities, mitigating discrepancies that may affect test results. This standard serves as a crucial resource for maintaining quality in research and development applications related to physical security products. Ultimately, the SOP aims to foster improved documentation practices for blast tests, facilitating better result comparisons and trend identification, thereby aligning with standards expected in federal grants and RFPs within the context of national security.
    The document outlines responses to inquiries related to the Verification of Wingard Evaluation and Testing (WET) at Reduced Setbacks, as part of RFP 19AQMM24R0106. It addresses the proposals for funding arrangements involving both government and private entities, emphasizes the importance of comprehensive cost proposals, and articulates a projected timeline for the project's performance, spanning 18 to 24 months. The Department of State (DOS) has extended the offer submission deadline to October 3, 2024, to accommodate proposers. Key queries revolve around the scope of work (SOW) concerning the evaluation of blast-resistant glazing under specific conditions, including required testing matrices and materials. Notably, enhancements to the Wingard software are excluded, and all instrumentation and test planning are to be determined by the offeror. Calibration testing has also been deemed acceptable for ensuring proper blast loading conditions. Overall, this document serves as a clarifying guide for potential bidders, stipulating requirements and expectations for testing methodologies, instrument determination, and budgetary considerations, ultimately aiming to enhance the safety and resilience against explosive threats in government facilities.
    The document discusses a request for proposals (RFP) concerning the verification of Wingard Evaluation and Testing (WET) at reduced setbacks, specifically RFP - 19AQMM24R0106. It includes a response to a question regarding the charge size labeled as W3 within a testing matrix. The inquiry sought clarification on whether the specified charge size represented the full Design Basis Threat (DBT) charge size. The response outlines detailed pressure and impulse time data for three different loadings, which include psi and psi-msec readings. This technical data is essential for understanding the testing parameters and ensuring the adequacy of safety measures in the evaluation process. The document serves to clarify technical aspects crucial for vendors responding to the RFP and emphasizes the precise requirements for execution in compliance with government testing standards.
    Lifecycle
    Title
    Type
    Similar Opportunities
    BLAST ATTRIBUTE SENSITIVITY STUDY (BASS) (1,000 LBS)
    Active
    State, Department Of
    The U.S. Department of State is seeking proposals for the Blast Attribute Sensitivity Study (BASS), which involves conducting extensive testing to evaluate the vulnerability of physical security structures and blast effect mitigation technologies. The primary objective is to perform fifty open-air blast tests using 1,000 lbs of various explosives, including Cast TNT, Flake TNT, ANFO, and C-4, to enhance the effectiveness of security measures against explosive threats. This study is crucial for ensuring the safety of U.S. diplomatic missions and facilities globally, with proposals due by October 3, 2024, and inquiries directed to Lisa Pizarro at PizarroL1@state.gov or Amber Gray at GrayAL@state.gov. Note that funding is not currently available, and the government reserves the right to cancel the solicitation at any time.
    GUATEMALA - RESSEC Ballistic Windows for Guard Towers
    Active
    State, Department Of
    The U.S. Department of State, through the U.S. Embassy in Guatemala, is seeking qualified contractors for the installation of ballistic windows at guard towers as outlined in Request for Quotations (RFQ) number 19GT5024Q0049. The project involves the deinstallation of existing Forced Entry and Ballistic Resistant (FE/BR) windows and the installation of new 25mm ballistic windows that meet Department of State standards, emphasizing the importance of enhancing security measures at U.S. facilities abroad. Interested contractors are required to attend a site visit on August 27, 2024, and submit their quotations by September 18, 2024, ensuring compliance with local labor laws and registration in the System for Award Management (SAM). For further inquiries, contractors may contact Patrick Dignan at dignanpg@state.gov or Zayda Serech at serechza@state.gov.
    FY24 Ballistic Windows
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking qualified contractors for the procurement and installation of ballistic windows at Joint Base Charleston (JB CHS) in South Carolina. The project involves the removal and disposal of existing windows, followed by the supply and installation of UL 752 Level III ballistic, tempered, and one-way tinted windows at specific entry control points, namely Building 390 on the Air Base and Building 404 at the Naval Weapons Station. This initiative underscores the government's commitment to enhancing security measures at its facilities, ensuring compliance with safety and operational standards. Interested small businesses must submit their quotations by 10:00 AM EST on September 19, 2024, and can direct inquiries to A1C Carmen Kuhl at carmen.kuhl@us.af.mil or SSgt Megan Rowlett at megan.rowlett@us.af.mil.
    SOLICITATION NUMBER 371783 - Bottom Sealant Material Testing
    Active
    Energy, Department Of
    The Department of Energy, through Washington River Protection Solutions, LLC (WRPS), is seeking proposals for Bottom Sealant Material Testing as part of its Prime Contract DE-AC27-08RV14800. This procurement aims to evaluate materials that are critical for ensuring the integrity and safety of containment systems in the management of hazardous waste. The work will take place in Richland, Washington, and interested parties can reach out to Janelle Freepons at janellekfreepons@rl.gov or by phone at 509-376-7856 for further details. This opportunity is categorized under NAICS code 541990, which encompasses all other professional, scientific, and technical services.
    Amendment 002 - 19PK4024Q5034 PR12551130 - Installation of FEBR Window
    Active
    State, Department Of
    The Department of State, through the American Consulate in Karachi, is seeking qualified contractors for the installation of Forced Entry and Ballistic Resistant (FEBR) windows as outlined in Amendment 002 of Solicitation No. RFQ 19PK4024Q5034. The project requires a fixed-price contract that encompasses all necessary labor, materials, insurance, and overhead, with a focus on providing detailed architectural and engineering designs, including structural modifications and compliance with safety standards. This installation is critical for enhancing the security of the consulate, and the project timeline is set for 180 days, divided into pre-construction and construction phases. Interested contractors must submit their proposals by September 20, 2024, at 1500 hours, and can contact Syed Abdus Samad at samadsa@state.gov or the Karachi Procurement Contracting office at krcprocurementcontracting@state.gov for further information.
    438168-CC-24 RSL Room Upgrades
    Active
    Energy, Department Of
    The Department of Energy, through Mission Support and Test Services, LLC (MSTS), is soliciting proposals for the modification of an existing meeting room at the Remote Sensing Laboratory located at JB Andrews, Maryland, under Solicitation No. 438168-CC-24. The selected subcontractor will be responsible for demolition, construction of new wall partitions, installation of an access door, and finishing work, all in compliance with national security standards as outlined in the Technical Specifications for Construction and Management of Sensitive Compartmented Information Facilities. This project is crucial for enhancing facility security and ensuring compliance with federal regulations, with a total small business set-aside to promote participation from small enterprises. Proposals must be submitted electronically by September 19, 2024, with questions directed to Procurement Specialist Corrine Carter at carterce@nv.doe.gov or by phone at (936) 230-0270.
    Proposed Establishment of a Federally Funded Research and Development Center-Second Notice
    Active
    State, Department Of
    The U.S. Department of State intends to establish a Federally Funded Research and Development Center (FFRDC), seeking public input on the proposed initiative. FFRDC will focus on three key areas: Diplomatic Innovation and Modernization, Global CyberTech Solutions, and Global Operations and Acquisitions. It aims to strengthen global engagement through R&D, IT advancements, and collaborative acquisition methodologies. The SBA also seeks disaster assistance loans for Minnesota storm and flood victims, while the STB approves GLTRR's track acquisition in Chicago. The RFP for the FFRDC is expected in late 2024, with public comments due by August 15th.
    REQUEST FOR INFORMATION (RFI) Department of State (DOS) Office of the Procurement Executive (OPE) Federally Funded Research and Development Center (FFRDC) FY25 Requirement
    Active
    State, Department Of
    The Department of State (DOS) is issuing a Request for Information (RFI) to gather insights for establishing a Federally Funded Research and Development Center (FFRDC) aimed at addressing complex global diplomatic issues and enhancing cybersecurity capabilities. The RFI seeks responses from qualified entities, including universities, nonprofits, and industrial firms, that can provide specialized technical expertise in areas such as emerging threats, cyber technology advancements, and strategic acquisitions. This initiative is critical for fostering partnerships that enhance innovation and research, guiding the Department's operational progress in a rapidly evolving global landscape. Interested parties must submit their responses by 5:00 p.m. Eastern Time on October 2, 2024, via email to FFRDC@state.gov, and are encouraged to review the detailed requirements outlined in the attached Scope of Services document.
    Philpott Bulkhead Testing
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting quotes for strength and material testing related to the secondary bulkhead of the Philpott Dam in Wilmington, North Carolina. The project aims to assess and rehabilitate the bulkhead, which has been in use since the 1940s and has sustained damage requiring comprehensive testing of both original and new materials, including chemical analyses and non-destructive testing of welds. This procurement is a total small business set-aside under NAICS Code 541330, emphasizing the government's commitment to supporting small business participation in federal contracting. Interested bidders must submit both a Price Quote and Technical Proposal via email by September 23, 2024, to the designated contacts, Benjamin Rickman and Troy Small, with all submissions adhering to specified formatting requirements.
    Non-Destructive Ultrasonic Testing of Welds
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for a federal contract focused on Non-Destructive Ultrasonic Testing of welds associated with hydraulic steel structures. The contractor is required to provide eight qualified Level II non-destructive testing technicians to conduct ultrasonic testing on 21 welds across 20 specimens, which include various joint types such as butt joints, T-joints, and corner joints, at the US Army Corps of Engineers Regional Rivers Repair Fleet Facility in Louisville, Kentucky. This initiative is crucial for assessing the structural integrity and safety of hydraulic steel structures, ensuring compliance with federal standards and enhancing the reliability of critical infrastructure. Interested contractors must submit their proposals by September 17, 2024, and can direct inquiries to Amanda Andrews at amanda.andrews@usace.army.mil or Sonia Boyd at SONIA.J.BOYD@USACE.ARMY.MIL.