Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 06, 2003 FBO #0459
SOLICITATION NOTICE

A -- Design and Manufacturing of Coextrusion System

Notice Date
3/4/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
N00174 101 Strauss Avenue, Bldg. 1558 Indian Head, MD
 
ZIP Code
00000
 
Solicitation Number
BAA03003
 
Archive Date
4/25/2003
 
Point of Contact
Levonson White 301-744-6687 Chris Gonzales 301-744-2591
 
E-Mail Address
Email your questions to http://whitelm@ih.navy.mil
(whitelm@ih.navy.mil)
 
Description
The Indian Head Division Naval Surface Warfare Center (IHDIVNAVSURFWARCEN) has interest in proposals for designing, analyzing and manufacturing a coextrusion system to be used in highly solids filled polymer, 70-80 % solids fill, applications. The system will be used in Indian Head Division?s pilot scale propellant processing facility. The system should be capable of combining melt flows from a Werner & Pfleiderer, W&P, 40-mm twin-screw extruder and from a W&P 37-mm twin-screw extruder positioned ninety degrees from each other. The 40-mm TSE will be the extruder positioned in line with the coextrusion die. The configuration of the coextrusion product will be an ABA type. The A layers will come from the 37-mm TSE with a required width of about five inches and a thickness of about 0.015 inches. The B layer will come from the 40-mm TSE with a required width of about five inches and a thickness of about 0.080 inches. The manufacturer should provide the transition piece that will feed the melt flows from the extruders to the coextrusion die. Circulating water/propylene glycol mixture will provide temperature control for the coextrusion die. The system should be capable of venting in the event that either or both extruders reach a pressure of 3,000 psi and should be designed such that no stagnation of material occurs inside the die. The coextrusion system should also provide features to control flow, to adjust layer distributions and correct layer instabilities. It should also include die lip adjustment for overall thickness, edge trimming capability and a remote take away spooling system for product collection. The equipment shall comply with Hazardous Location Class I, Division 1, Group D and Class II, Division 1, Groups E, F and G requirements. The proposal shall include: a three-dimensional flow model analysis for the coextrusion system. The data required from the flow analysis would be pressure distributions, shear stress, shear rates and residence time in different regions of the die. The manufacturer should also provide graphical data of temperature, pressure, shear rate and residence time distributions in the die along with volumetric flow rate of the die. Engineering procedures for assembling, disassembling, cleaning and operating the coextrusion system should also be included as well as system oversight during an inert coextrusion run. The Indian Head Division, Naval Surface Warfare Center will provide, after contract award, the data required by the manufacturer for the flow analysis and three-dimension model Offerors may submit a one-page abstract of their proposal. Any offeror whose abstract is found t o be consistent with the intent of the BAA will be invited to submit a full technical and cost proposal. Such an invitation does not assure subsequent contract award. Proposals may be reviewed and acted on as they arrive. The government reserves the right to select for award, all, some or none of the proposals received in response to this announcement. Abstracts and proposals should include the following: (a) title page - include point of contact along with address, telephone and telefax number, e-mail address, and signature by an authorized officer. Evaluations of proposals will be based on the following criteria: (1) offers innovative coextrusion die design, flow modeling and manufacturing (2) technical expertise and related experience (3) cost and schedule breakdown to meet program milestones such as die design, manufacturing and inert coextrusion trial (4) the proposed cos ts and availability of funds. This announcement will remain open for 60 days from the date of publication. It is the policy the Indian Head Division, Naval Surface Warfare Center to treat all proposals as competitive information and to disclose the contents only as competitive only for the purpose of evaluation. All proposals submitted to Indian Head Division Naval Surface Warfare Center shall be considered government property. This announcement solicits the participation of all offerors capable of satisfying the governments needs. The government will not cover any costs associated with proposal preparation, nor pay, as a direct expense preparation cost on award contracts. Offerors should submit proposal(s) (original, and two hard copies) to Indian Head Division, Naval Surface Warfare Center, Attn. Code 1142G Levonson White, 101 Strauss Avenue, Indian Head MD 20640-5035. To b e considered in the initial contract award period, proposals should be submitted by offerors within 30 days of notification that their abstract was found to be consistent with the BAA.
 
Web Link
http://ih.navy.mil
(http://ih.navy.mil)
 
Record
SN00270130-W 20030306/030304213759 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.