Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:19AQMM23R0215
This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in ...
This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Department’s Bureau of Diplomatic Security, Physical Security Research and Development Branch (DS/PSD/RD) The U.S. Department of State’s Bureau of Diplomatic Security, Countermeasures, Physical Security Program’s Research and Development Branch (DS/PSD/RD) has a requirement to provide to research in the flied blast mitigation to the Department to keep diplomats safe while furthering the United States interest abroad. The current guidance for using pre- and post-installed concrete anchors in blast designs are overly conservative and at times constructable. This requirement is for development of evaluation and design guidance for Blast Loaded Concrete Anchors. This requirement is focused on pre- and post-installed concrete anchors loaded in tension, shear, and combined shear and tension for components and systems subjected to high load rates resulting from blast events. The results of this effort will serve as practical guidance for practicing engineers in improving the efficacy of blast mitigation building systems. The performer of this effort will conduct research, physical testing, and modeling to develop the new guidance. The Statement of Objectives lists several optional tasks to fulfill the requirement. Based on industry input from proposals received the Program Office will determine the best way forward based on technical description and funding available for optional tasks. This is a Non-Severable Firm Fixed Price Contract. IAW DOSAR 632.702-706 only Severable Services can be incrementally funded. Each CLIN will be fully funded at the time the option is exercised. The total Period of Performance (PoP) is two (2) years. Each Option CLIN will have a hard PoP at time of award. The solicitation requests the offeror propose a Period of Performance as each task builds off the prior task. Questions relating to the solicitation details are due no later than 4 August 2023 at 4:00 PM EST. Offers are due no later than 18 August at 4:00 PM EST. Questions and offers are to be sent electronically to Sharon Otto, Contract Specialist, ottosl@state.gov and to Lisa Pizarro, Contracting Officer at pizarroL1@state.gov. See the attached Statement of Objectives, two (2) addendums and three (3) attachments.