Tropic Test Support Services
ID: W9124R24R0011Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-YUMA PROV GRDYUMA PROVING GROUND, AZ, 85365-9498, USA

NAICS

Engineering Services (541330)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)
Timeline
    Description

    The U.S. Army's Mission and Installation Contracting Command seeks tropical test support services for the Tropic Regions Test Center (TRTC). This requirement entails conducting comprehensive environmental testing of military equipment and systems in Panama and Suriname's varied microclimates.

    The scope of work involves test planning, execution, and evaluation, focusing on military vehicles, weapons, and electronic systems. The awardee will provide extensive support services, including engineering analysis, logistics, and administrative tasks, while adhering to strict safety and cybersecurity protocols. Key deliverables include managing workforce, facilities, and equipment, with a flexible approach to accommodate last-minute mission changes.

    The contract is expected to run for nine months, with four optional years, and has a projected base period value of around $9 million. It requires a cost-plus-fixed-fee arrangement, encompassing labor and other direct costs. Offerors should expect a thorough evaluation of their technical capabilities, past performance, and cost effectiveness.

    To qualify, applicants should possess engineering services experience and meet the NAICS 541330 criteria, with a particular focus on tropical testing and a demonstrated track record of successful project management.

    The submission deadline has been extended, and offerors must now submit their applications by 11:00 AM on August 2, 2024. It's crucial to note that the government will only accept digital submissions. All queries regarding this solicitation should be directed to the designated contact persons: Amanda Ramirez and Tejae Craig.

    Overall, this opportunity seeks a capable contractor to provide critical support for the TRTC's testing mission, requiring a diverse skill set and adaptability to unique tropical environments.

    Files
    Title
    Posted
    The government seeks a cost-plus fixed-fee contract for Tropic Test Support Services (TTSS) related to the Tropic Regions Test Center's operations in Panama and Suriname. The primary objective is to conduct comprehensive tropical environmental testing on various military equipment and systems, ensuring they meet performance standards. This includes testing materials, weapons, and electronic systems across different microclimates. The successful contractor will provide extensive support services, including test engineering, technical analysis, and special studies. They must have multilingual capabilities and establish offices in Panama and Suriname, with a flexible and skilled workforce to accommodate last-minute mission changes. Key personnel must be designated, including a Program Manager and Assistant Program Manager, with specific citizenship and language requirements. The scope entails managing multiple aspects, such as workforce administration, procurement, and logistics. The contractor is responsible for purchasing materials and services required for testing, adhering to strict approval procedures. They must also develop quality control and physical security plans and comply with stringent safety, cybersecurity, and antiterrorism protocols. The contract, valued at approximately $9 million for the base period, is expected to run for nine months, with four optional years pending successful performance. Critical dates include a 30-day submission deadline for several plans and reports, while the phase-in period is set at 90 days. Evaluation criteria will likely emphasize the contractor's ability to meet technical requirements, quality control measures, and compliance with security and safety protocols.
    The government seeks advanced communication solutions for its Over-Reach project. This operational assessment aims to evaluate two teams' technologies, Vendor A and Vendor B, providing soldiers with secure voice, data, and video communications in challenging environments. The focus is on uninterrupted 5G/LTE connectivity, using small UASs and UGVs for tactical relays and commercial aircraft or SATCOM for NLOS transmission. The assessment involves realistic military scenarios at two Panama test sites, Horoko and Cerro Tigre. Vendor A's solution includes a mesh network, LTE capabilities, and various communication platforms. Meanwhile, Vendor B uses a mesh network with Persistent Systems radios and robotic UGVs for encrypted communications. The government seeks a contractor to support the event by providing coordination, planning, safety measures, and necessary equipment, including IT support, vehicles, and security. The objective is to gather data on the effectiveness of these solutions. The contract requires significant on-site presence during the evaluation, which is scheduled for April to May 2025. Companies offering relevant services or solutions should submit proposals with a focus on providing detailed technical responses.
    The focus of this procurement is on finding a suitable contractor to manage and execute a complex technology-based event, referred to as the "Over-Reach Technology Event." The government agency seeks a partner capable of mobilizing resources efficiently while minimizing disruptions to ongoing operations. The contractor should have the capacity and expertise to coordinate this event seamlessly, ensuring minimal interference with existing projects and adhering to local regulations. The main objective is to evaluate the offerors' ability to mobilize a skilled workforce and manage the logistics of this event, including their strategy for enlisting the support of the resident contractor workforce as needed. The agency wants to understand how the contractor would staff the event, ensuring it has the necessary engineering expertise and how they would augment their workforce if required. The selected contractor will be responsible for coordinating the event's scheduling and execution, integrating local government agencies, and ensuring compliance with laws and ongoing operations. The procurement seeks a sophisticated and flexible workforce solution, and the ability to execute a successful event within a given timeline is critical. The evaluation of proposals will likely prioritize the offerors' capacity to mobilize efficiently, their experience in managing similar complex projects, and their approach to ensuring a seamless and successful event execution.
    The U.S. Army's Mission and Installation Contracting Command seeks to evaluate offerors for a contract governed by NAICS 541330. The army requests that companies provide details on their past performance, aiming to assess their ability to meet specifications and manage projects effectively. This information is crucial for assessing substantial confidence, with rationales required for each criterion. The focus is on products, services, project management, timeliness, cost control, and customer satisfaction. The army aims to gather this data within seven days, emphasizing the urgency of the request. This past performance evaluation is a key step in the contracting process, helping the army make informed decisions regarding the suitability and reliability of potential vendors.
    The government seeks to procure tropical test support services for the U.S. Army Yuma Proving Ground's Tropic Regions Test Center. The primary focus is on obtaining these services while adhering to specified requirements. This includes a three-month transition period and a subsequent nine-month base period, with four one-year option periods. The services involve providing labor, including management and assistance, along with corresponding overtime and shift differentials, as outlined in the detailed labor category detail and rate proposals. The government requires approval for the procurement of materials and equipment, and the contractor must submit data on labor hours using the SAM.gov platform. Additionally, the contractor will be responsible for other direct costs (ODCs), with rates and costs detailed in the respective worksheets. The procurement method involves a combination of cost-plus-fixed-fee (CPFF) and firm-fixed-price (FFP) contracts, with evaluation criteria likely focusing on cost and the contractor's ability to meet the specified requirements. Important dates include a three-month transition period beginning on March 25, 2025, followed by the nine-month base period. Four one-year option periods can be exercised, extending the contract until March 24, 2030. Contractors must submit their proposals by the specified deadline, and the government aims to complete the evaluation and award the contract efficiently.
    The consent form is a crucial component of a government procurement process. It allows the release of past performance information concerning subcontractors and teaming partners to the prime contractor. This is essential for the government's past performance evaluation, enabling a comprehensive assessment of the proposal submitted by the prime contractor and their partners. The consent form, which should be signed by authorized representatives, grants permission for the government to share relevant past performance details during the source selection process. This enables a deeper evaluation of the consortium's collective capabilities and history, ensuring a more informed decision-making process.
    The government agency seeks responses to a comprehensive RFP, denoted as W9124R-24-R-0011, focusing on procuring highly specialized professional services. These services primarily involve addressing intricate questions and providing detailed comments related to a sizable RFP document. The main objectives are to gain insights and clarity on various sections of the RFP, with numerous specific questions posed, spanning from sections 1 to 5. The scope encompasses a wide range of topics, indicating a diverse set of requirements. Respondents are expected to demonstrate exceptional expertise and a thorough understanding of the entire RFP content, offering elaborate insights in return. This extensive Q&A session is likely a crucial step in an extensive procurement process, with the potential to influence subsequent contract awards.
    The primary objective of this RFP is to procure professional services related to testing and evaluation in the context of the USAYPG test mission. The focus is on enhancing TRTC's mission support, which involves understanding major functional areas and demonstrating an ability to manage complex events. Offerors are required to submit responses to Event Plan Questions and provide a Performance Plan, demonstrating their capability to handle the USAYPG test mission. Several clarification questions pertain to the submission of standalone documents, including a Phase-In/Phase-out Plan and Safety Plan, both due within 10 days of award, along with other deliverables. The government seeks to understand the budgeting and reimbursement processes for various expenses, including travel, equipment, and potential delays. The RFP also emphasizes the contractor's independence and their accountability to the government while clarifying the chain of command. Contractors must be prepared to submit detailed cost estimates and proposals, with evaluations based on their understanding of requirements and cost-effectiveness. Key dates and evaluation criteria are provided, directing offerors to submit questions and proposals by specified deadlines. The concise nature of this summary reflects the emphasis on understanding the procurement's core objectives.
    The government seeks a contractor to provide comprehensive support services for a testing mission. The primary objective is to ensure efficient operations and mission execution. This includes employee awareness of anti-human trafficking policies and driver's license acquisition for employees in relevant areas. The contractor will be responsible for on-site transportation and general administrative support. They must establish computer connectivity and ensure access to telephone, fax, and email services for mission execution. Meteorological data reporting and translation services from Spanish to English and vice versa are also required. Additionally, the contractor will handle technical tasks like engineering analysis, information management, and providing management oversight for research, development, testing, and evaluation activities. Logistical support, including timely shipping and accurate documentation, is crucial to ensuring the success of the mission. The contractor will also provide operational backing for test teams and maintain facilities and equipment. Compliance with the Performance Work Statement (PWS) is emphasized, with penalties for non-conformity. Key dates and deadlines are outlined for reporting and performance, and evaluation is based on achieving the Performance Threshold Incentive.
    The government agency seeks to contract a range of administrative and operational support services, specifying meticulous delivery schedules and formats for each deliverable. The primary objectives include managing contract operations, improving processes, and planning for contingencies, quality control, and security. Weekly, monthly, and ad hoc reports are required on manpower, training, and operations, using specified software formats. The contract emphasizes thorough planning, with provisions for business licenses and operational capabilities in a specified region. The agency seeks a comprehensive approach, covering everything from contract management to facility leases and inventory reports, ensuring efficient operations and transparency throughout the contract's duration. Key dates are provided for each deliverable's submission, with the contract expected to run for at least a year.
    The government seeks proposals for a complex IT infrastructure project. The primary objective is to develop and integrate advanced cybersecurity solutions into its existing network architecture. This involves implementing cutting-edge technology to enhance data encryption and develop a robust intrusion detection system. The focus is on procuring specialized expertise and innovative tools to protect critical information assets. Technical specifications are stringent, requiring experience with the latest encryption protocols, network security solutions, and AI-powered threat detection. The scope includes designing a resilient architecture, installing security controls, and providing ongoing maintenance and monitoring. The work entails a close collaboration between the successful vendor and the government's IT team. Contract details are not provided, but the procurement is estimated at a high value, reflecting the comprehensive nature of the security enhancements sought. Key dates include a submission deadline within a month and an expected project duration of three years. Evaluation will prioritize cybersecurity expertise, past performance, and the ability to deliver high-quality solutions within budget and time constraints.
    The United States Embassy in Suriname proposes a Status of Forces Agreement with the Suriname government to establish the legal status of U.S. military and civilian defense personnel temporarily present in Suriname. These individuals would be accorded privileges equivalent to diplomatic staff, including immunity from taxation and customs inspections. The agreement seeks to facilitate the entry and exit of U.S. personnel, recognize U.S.-issued licenses, and allow uniformed duties and weapons carrying. It also exempts U.S. vehicles, vessels, and aircraft from certain fees while ensuring compliance with local laws. The two governments agree to cooperate in ensuring the security of U.S. personnel and property and to resolve claims arising from the activities covered by the agreement. This agreement, effective from the Ministry's reply, is proposed to be in effect for one year, renewable unless terminated with prior notice.
    The government seeks to procure a comprehensive range of services for managing multiple test sites and ranges in various locations. The primary objective is to obtain efficient facility management, encompassing a vast array of areas, including office spaces, storage rooms, parking lots, and specialized ranges for vehicle testing, firing exercises, and exposure tests. The test sites include both indoor and outdoor spaces, such as the 200,000 square foot vehicle test track and numerous exposure racks situated across different environments like jungle, coastal, and inland areas. The successful vendor will be responsible for maintaining and managing these facilities, ensuring they meet specific technical requirements and quality standards. The contract, valued at an estimated $1.1 million, will likely be a firm-fixed-price agreement. Key dates for submission deadlines and project initiation are expected to be provided once the procurement process commences. Evaluation of proposals will likely focus on the bidder's ability to deliver efficient facility management solutions, with specific emphasis on adapting to diverse environmental conditions.
    The government agency seeks to procure a comprehensive range of goods and equipment across multiple categories. The primary focus is on office furniture, including executive desks, credenzas, chairs, filing cabinets, and conference tables. Additionally, they require various electronic items, such as computers, laptops, printers, fax machines, routers, and UPS systems. The agency also aims to acquire a variety of specialized equipment, including satellite phones, GPS receivers, digital video recorders, exercise machines, and portable buildings. Furthermore, the procurement includes power tools, such as drills, saws, and welders, as well as safety and security devices like fire extinguishers and test sets. For each category, specific brands and models are often specified. This indicates a precise set of requirements and a focus on quality and reliability. The agency has outlined detailed technical specifications and quantities for each item, leaving little room for customization. Potential vendors should be aware of the agency's expectations regarding delivery dates, as timely delivery is crucial. The procurement process includes evaluation criteria based on price and the ability to meet the specified requirements, with an emphasis on quality and compatibility. Key dates and deadlines for submissions are expected to be provided soon, and contractors should be prepared to respond swiftly with their proposals. Overall, this agency seeks a wide range of high-quality products, and successful bidders will need to meet exacting standards and tight deadlines.
    The government agency seeks to procure a significant number of staff hours for various roles based in Panama and Suriname. The primary focus is on managing and supporting multiple programs. The procurement objectives are directed toward securing skilled personnel for these sites. The roles include program managers, alternate program managers, engineers of multiple specialties, operations managers, logistics assistants, and general tradesworkers. The emphasis is on technical expertise, with detailed hours specified for each role. The workload data from previous years informs the estimated quantities needed, currently estimated at 45997 hours. These roles are crucial for the successful execution and management of the programs supported. Contract details and key dates are not provided in the information supplied, but the evaluation criteria will likely focus on candidates' qualifications and suitability for these specialized roles.
    The primary objective of this procurement is to obtain tropical test support services for the U.S. Army Yuma Proving Ground's Tropic Regions Test Center (TRTC). The services required include labor and other direct costs, with a focus on supporting test operations. Offerors are expected to provide detailed pricing and capabilities for these services. Key technical requirements specify a need for labor support, with various cost caps and destinations outlined for each task. The work involves providing personnel for testing and material handling, adhering to specific performance periods and delivery schedules. Critical dates include a base period running from July 2025 to March 2026, with potential extensions leading up to March 2030. The scope encompasses key tasks such as supporting test events, providing labor hours data, and ensuring compliance with numerous DoD regulations and guidelines. Contractors will be responsible for delivering test services, including material procurement and handling, while adhering to tight inspection and acceptance standards. The estimated contract value is indicated as firm-fixed-price, with a total estimated cost of up to $750,000 for each option period. Evaluation of proposals will consider past performance, with particular emphasis on experience and quality of services provided. Offerors must demonstrate their ability to meet the specialized requirements of tropical test support and adhere to the stringent timelines.
    The government agency has issued an amendment extending the response deadline for a solicitation. Offerors are required to acknowledge the amendment by the new deadline, failing which their offers may be rejected. This amendment does not alter the solicitation's core contents, which remain in effect. The focus of the solicitation remains unknown, but the amendment emphasizes the importance of adhering to the extended deadline for offer submission.
    The government seeks a contractor to provide tropical test support services for the U.S. Army's Yuma Proving Ground Tropic Regions Test Center (TRTC). This labor-intensive project involves diverse tasks. The primary goal is to obtain professional support for TRTC's mission, which encompasses testing and evaluating military vehicles, weapons, and equipment in tropical environments. Key services required include test planning and execution, logistics support, data collection and analysis, and safety and environmental compliance. The contract encompasses a base period with four optional periods, spanning up to 60 months in total. The estimated total cost, including fixed fees, for the base period is approximately $562,500, with each optional period capped at $750,000. Offerors must submit comprehensive technical proposals detailing their capabilities and past performance, along with pricing information. Evaluation criteria weigh technical merit, past performance, and price. The government emphasizes the importance of technical expertise and a thorough understanding of the TRTC mission. Critical dates include a question deadline on July 21, 2024, and proposal submission deadline on August 2, 2024. The government plans to award the contract by August 31, 2024.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Environmental Testing Services Contract at Various U.S. Navy, Marine Corps, Army and Air Bases and Facilities throughout NAVFAC Far East Area of Responsibility
    Active
    Dept Of Defense
    The Department of Defense, through the NAVFACSYSCOM Far East office, is soliciting proposals for Environmental Testing Services at various U.S. Navy, Marine Corps, Army, and Air Force bases and facilities within the NAVFAC Far East area of responsibility. The contract aims to ensure compliance with federal environmental regulations and address potential hazards at military installations, highlighting the critical nature of environmental testing in defense operations. Interested contractors are encouraged to review the Performance Work Statement available on SAM.gov and submit their proposals, including past performance questionnaires and safety management details, by the specified deadlines. For inquiries, contact Yuka Kondo at yuka.kondo.ln@us.navy.mil or Ross Yamato at ross.w.yamato.civ@us.navy.mil.
    Range Maintenance Support Services
    Active
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command at Aberdeen Proving Ground, is soliciting proposals for Range Maintenance Support Services under contract ID W91CRB-24-R-0005. The objective of this procurement is to provide comprehensive maintenance and improvement services for military testing programs, including the upkeep of test ranges, environmental remediation, and the installation and maintenance of facilities. This contract is crucial for ensuring the operational readiness and safety of military testing environments, with a minimum contract value of $1,000 and a maximum of $9,999,999 over a five-year period. Interested small businesses must submit their proposals by September 17, 2024, and can direct inquiries to Noah Lane or Todd Strasavich via the provided email addresses.
    Indefinite Delivery Indefinite Quantity (IDIQ) Design Build and Design Bid Build Multiple Award Task Order Contract (MATOC) to support construction requirements for the Energy Resilience and Conservation Investment Program (ERCIP) Nationwide.
    Active
    Dept Of Defense
    The Department of the Army, through the U.S. Army Corps of Engineers (USACE) Louisville District, is seeking proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) to support construction requirements under the Energy Resilience and Conservation Investment Program (ERCIP) nationwide. This procurement aims to award up to twelve contracts for design-build and design-bid-build projects focused on mechanical, electrical, and civil work, including infrastructure and microgrid construction, primarily within the Contiguous United States and Puerto Rico. The total contract capacity is set at $2 billion, with a base ordering period of three years and seven optional years, emphasizing the government's commitment to enhancing energy resilience while providing opportunities for both large and small businesses. Interested vendors must submit proposals by October 7, 2024, at 2:00 PM EDT, and are encouraged to register for a virtual preproposal conference scheduled for September 12, 2024, by contacting Blake Gevedon at william.b.gevedon@usace.army.mil.
    IITF Technical Services, Caribbean Climate Hub
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking a contractor to provide technical services for the Caribbean Climate Hub, aimed at enhancing climate adaptation strategies for agriculture and forestry in the region. The contractor will be responsible for maintaining stakeholder communications, developing outreach materials, analyzing climate-related issues, and preparing reports, with a focus on bilingual content and effective engagement strategies. This initiative is critical for addressing climate challenges in the Caribbean, promoting resilience in the agricultural sector, and improving local economies through education and outreach. Interested small businesses must submit their quotes by September 15, 2024, to Nestor Rivera Gonzalez at nestor.riveragonzalez@usda.gov, with the performance period anticipated from October 1, 2024, through September 30, 2026.
    Broad Agency Announcement _ TRMC _ TE-ST _ W900KK-22-R-0012
    Active
    Dept Of Defense
    Special Notice DEPT OF DEFENSE DEPT OF THE ARMY is seeking services for Research, Development, Test and Evaluation (RDT&E), Advanced Technology Development to enhance future warfighting capabilities. The goal is to improve the quality, cost-effectiveness, and timeliness of DoD Test and Evaluation (T&E). The program is open to high-risk, innovative solutions that may not be suitable for current T&E approaches. Prospective Offerors are advised to review the BAA document for more information.
    Kuwait Maritime Traffic Control Center (MTCC) Operations and Maintenance Contract
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking proposals for the Kuwait Maritime Traffic Control Center (MTCC) Operations and Maintenance Contract. This procurement involves an Indefinite Delivery, Indefinite Quantity (IDIQ) Single Award Task Order Contract (SATOC) valued at $30 million, aimed at providing regular and corrective facility maintenance services for the Bubiyan Fanar MTCC and associated facilities for the Kuwait Naval Forces. The contract will span five years, including a one-year base period and four optional one-year extensions, with a provision for a six-month extension of services. Proposals must be submitted electronically by September 27, 2024, at 1600 ET, through the Procurement Integrated Enterprise Environment (PIEE) suite, and interested parties can contact Eric Caruso at eric.l.caruso@usace.army.mil or Mikayla Shanholtzer at Mikayla.B.Shanholtzer@usace.army.mil for further information.
    Civil Works MATOC
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Tulsa District, is preparing to solicit for a Multiple-Award Task Order Contract (MATOC) for civil works construction services, with an estimated value of $99.5 million. This Small Business Set-Aside contract aims to support various civil works projects within the Southwestern Division, including the construction, maintenance, and rehabilitation of utilities, roads, and flood control infrastructure. The contract will have a three-year base period with two additional one-year option periods, and the anticipated solicitation issuance date is around September 16, 2024, with proposals due by October 16, 2024. Interested parties can contact Tyler Godwin at tyler.l.godwin@usace.army.mil or Dario Rissone at dario.m.rissone@usace.army.mil for further information.
    $49M Small Business Environmental Remediation Services SATOC - East
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Omaha District, is seeking qualified small businesses to provide Environmental Remediation Services under a $49 million Indefinite Delivery/Indefinite Quantity (ID/IQ) Single Award Task Order Contract (SATOC). The contract will focus on Military Munitions Response Program capabilities and will support operations across the Continental United States, Alaska, Hawaii, and U.S. Territories, with a primary emphasis on the eastern half of the United States. This procurement is critical for addressing environmental remediation needs, ensuring compliance with federal regulations, and safeguarding public health and safety. Interested parties must submit proposals by the revised deadline of October 7, 2024, and can direct inquiries to Michelle Alcover-Montalvo at michelle.m.alcover@usace.army.mil or by phone at 803-413-6056.
    Load Test Service
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for Load Test Services at Kingsley Field ANGB in Oregon. The contractor will be responsible for providing all necessary equipment, labor, and materials to conduct inspections and load tests on 79 pieces of lifting and hoisting equipment, ensuring they are in sound condition and compliant with safety standards. This procurement is crucial for maintaining operational safety and compliance within the armed forces, with a total contract value estimated at approximately $19 million. Interested parties should reach out to Christin Davila at christin.davila@us.af.mil or Phillip Chik at phillip.l.chik2.civ@army.mil for further details, with the performance timeline set from September 18 to September 30, 2024.
    Threat Systems Management Office Operational Test and Evaluation (TSMO)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the Threat Systems Management Office Operational Test and Evaluation (TSMO) project. This procurement aims to acquire services related to the operational testing and evaluation of threat systems, which are critical for ensuring the effectiveness and reliability of military capabilities. The selected contractor will be involved in national defense research and development services, focusing on experimental development within the guided missile and space vehicle sectors. Interested parties can reach out to Stephanie Pella at stephanie.pella@us.af.mil or call 850-883-4365 for further details, or contact Melissa Hoover at melissa.hoover.1@us.af.mil or 850-883-7456 for additional inquiries.