U.S. Army Dugway Proving Ground Private Industry Testing Event
ID: W911S6-24-WDTC-TESTType: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYDEPT OF THE ARMY
Timeline
  1. 1
    Posted Dec 13, 2023 7:51 PM
  2. 2
    Updated Dec 13, 2023 7:51 PM
  3. 3
    Due Sep 30, 2024 11:00 PM
Description

Special Notice DEPT OF DEFENSE U.S. Army Dugway Proving Ground is seeking private industry organizations to provide chemical/biological warfare agent or simulant testing services through FY2024 and beyond. These services may include laboratory testing, field testing, meteorological testing, and unmanned vehicle/system testing. The selected organizations must have the necessary facilities, resources, and logistical support. Interested organizations should submit their contact information to the U.S. Army Dugway Proving Ground.

Point(s) of Contact
Files
No associated files provided.
Lifecycle
Title
Type
Similar Opportunities
Testing of Chemical and Biological protective materials
Active
Dept Of Defense
Sources Sought DEPT OF DEFENSE DEPT OF THE ARMY is seeking testing services for chemical and biological protective materials in Natick, Massachusetts, United States. The testing will be conducted at a government certified laboratory and will involve the evaluation of fabrics, garments, and CB protective ensembles. The contractor must be capable of executing standardized and non-standard test methods, as well as developing test methods if necessary. Specific requirements include government certification to test with Chemical Warfare Agents (CWA) and the ability to evaluate materials using various equipment and tests. The testing will cover areas such as personal protection, thermal and physical comfort, heat and flame protection, and chemical protection. Respondents should provide complete and detailed information in their response.
W911S6-24-R-0002-Dugway Proving Ground-Job Order Contract-Minor Construction
Active
Dept Of Defense
The U.S. Army's Dugway Proving Ground (DPG) seeks a versatile contractor for an Indefinite Delivery-Indefinite Quantity (IDIQ) Job Order Contract (JOC) covering a broad range of construction services. The goal is to have a flexible and efficient system in place for managing various real property projects. This JOC offers a wide scope of work, including renovations, repairs, new construction, and sustainment for diverse facilities. The projects range from administrative buildings and maintenance shops to more specialized areas like fire sprinkler systems and airfield structures. Contractors must be prepared to respond to numerous job orders, with work primarily taking place at the DPG in Utah. The government seeks a comprehensive approach, focusing on staffing, project management, and understanding JOC operations. Contractors must have the capacity to staff key roles such as project managers, program managers, and safety officers. Furthermore, experience in CPM scheduling and adhering to stringent timelines is crucial. Offerors are required to submit detailed proposals outlining their capabilities, with numerous attachments and forms needed as part of the submission. The evaluation process prioritizes technical capability, past performance, and pricing. Past performance references and questionnaires are critical, aiming to assess the contractor's reliability and competence. Pricing schedules and coefficients are essential components of the submission, utilizing specified software. Contractors must propose comprehensive rates that cover a wide range of construction-related expenses. The government will closely examine the accuracy and reasonableness of these rates. Several amendments have been issued, primarily extending deadlines. The proposal submission deadline has been pushed to July 31st, 2024, allowing potential contractors more time to respond. This opportunity encourages small businesses and joint ventures, with an emphasis on ensuring a diverse range of contractors can participate. The procurement process aims to award a single contract with a four-year base term and potential twelve-year extensions. For clarification or questions, potential applicants can contact Nicholas J. Rowton at nicholas.j.rowton.civ@army.mil or Alfred J. Keetch at alfred.j.keetch.civ@army.mil. Phone contacts are 435-831-2620 for Nicholas Rowton and 435-831-2362 for Alfred Keetch.
(Updated) Laboratory Information Management System for DPG
Active
Dept Of Defense
The Department of Defense, specifically the Dugway Proving Grounds West Desert Test Center Chemical Test Division (CTD), seeks a Laboratory Information Management System (LIMS) through a Total Small Business Set-Aside contract. The main objective is to obtain a LIMS with a perpetual license to streamline CTD's chemical test data management. This system must meet precise requirements outlined in the attached document and offer additional services, including audit trails, method processing, and data import and export capabilities. The vendor will also provide essential training and configuration support. The scope of work for the successful bidder will involve delivering a LIMS that satisfies the specified requirements, providing professional services for initial setup and training, and offering ongoing support. The system must be easy to use and enable CTD personnel to perform various functions efficiently. To be eligible, applicants should possess the necessary certifications, licenses, and expertise to provide the required LIMS solution and services. They should also be registered in the System for Award Management database. Funding for this project is estimated to come from the federal government, with a potential contract value ranging from small to large, depending on the terms offered. Bids must be priced competitively, with evaluations based on both technical merit and cost. For consideration, interested parties should submit their quotes electronically, adhering to the requirements outlined in the "Updated-Laboratory+Information+Management+System+RFQ.docx" file. While response deadlines are not explicitly mentioned, the Army intends to move through the procurement swiftly. The selection of the winning application will be based on a comprehensive evaluation of the submitted quotes, taking into account their technical capabilities and pricing structures. For any clarifications or further information, interested individuals may contact Jackson Martinez at jackson.b.martinez.civ@army.mil or 435-830-2674. Additionally, Paul E. Frailey can be reached at paul.e.frailey.civ@army.mil or 435-831-2587.
Non-Drinking Water Sample Analysis for the Defense Centers for Public Health - Aberdeen
Active
Dept Of Defense
Sources Sought DEPT OF DEFENSE is seeking Water Sample Analysis Services. These services are typically used to analyze water, soil, sludge, sediment, and other matrices in operating environments and military bases. The purpose is to ensure the safety and security of all personnel working in these areas. The current analysis includes organic, inorganic, and biological organisms, but additional capacity is needed for sampling analyses in deployment locations and natural or man-made disaster locations. The place of performance is Aberdeen Proving Ground, Maryland, United States. For more details, please refer to the attached Sources Sought Notice and Draft PWS. The primary contact for this procurement is Benjamin Marcus, and the secondary contact is Jesse Nisley.
TEAD FY24 - Paint Inspection
Active
Dept Of Defense
Sources Sought DEPT OF DEFENSE DEPT OF THE ARMY is seeking testing laboratories and services for paint inspection in Tooele, Utah, United States. This procurement is for market research purposes. For more information, refer to the attached Draft - PWS. For inquiries, contact Megan Frost at megan.k.frost2.civ@army.mil or 3097821471.