Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 22, 2004 FBO #0818
SOLICITATION NOTICE

A -- Weapon Testing Support

Notice Date
2/20/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
N00178, NSWCDD, 17320 Dahlgren Road Dahlgren, VA 22448
 
ZIP Code
22448-5100
 
Solicitation Number
N0017804R1026
 
Response Due
4/22/2004
 
Archive Date
6/22/2004
 
Point of Contact
XDS115 540-653-7478 Fax Number 540-653-7088
 
E-Mail Address
XDS115 is the POC for N00178-04-R-1026
(XDS11@nswc.navy.mil)
 
Description
The Naval Surface Warfare Center, Dahlgren Division (NSWCDD) intends to enter into negotiations solely with New Mexico Institute of Mining and Technology, EMRTC Campus Station, Socorro, New Mexico 87801. The government plans to award a five-year indefinite delivery/indefinite quantity contract. The contractor shall have the capability to support task orders issued under the proposed contract, by conducting tests to determine the vulnerability of air and surface targets and their vital components to various damage mechanisms including: Fragments, projectiles, continuous rods, shaped charge, reactive fragments, and blasts. The contractor shall provide support in detonation theory, shock wave physics, and modeling of energetic materials. Provide hydrocode analysis capabilities to model warheads and fragment mass distribution during explosive tests. Determine the vulnerability o f cased and bare high explosive (HE) and solid propellants up to 4,000 pounds in weights to single and multiple impacts from projectiles, fragments, continuous rods, and shaped charges. Design fabricate explosively load, static fire, reduce and assess data for experimental fragment/blast warheads and rocket motors. Design, fabricate, test, reduce and assess data for experimental structures and situations. Examples of experimental structures include, but are not limited to steel ship structures, reinforced concrete buildings, and metal/concrete barriers/shields. Assist in the experimental design, fabrication, explosive load, test and evaluation of Marine Corps developmental weapons such as but not limited to: gun systems up to 8-inch, shoulder launched assault weapons, and warhead concepts. Perform melt/cast pour of explosive targets up to 1,500 pounds. Fabricate hardware required for test and analysis programs such as but not limited to: target test stands, targets, test fixtures, and other hardware required to conduct field tests. Provide single shot firing tests for accuracy and plate penetration at ranges of up to 3,000 yards, Muzzle and striking velocities will be required at all chosen target areas. The contractor must have the capabilities to provide radar data for the full flight path. Perform single shot firing tests for accuracy and plate penetration at ranges of up to 3,000 meters. Muzzle and strike velocities will be required at all chosen target areas. Must have capabilities to provide radar data for full flight path. Provide flash x-ray data to determine the effect of shape, material velocity and impact orientation on penetration performance of projectiles and fragments against single and multiple plate targets. Perform ter minal effectiveness firing tests and data acquisition for incendiary, pyrophoric and other fire producing munitions. Must be able to perform nighttime explosive tests and have capabilities to capture the complete test on a number of camera setups. Perform tests with a two-stage light gas gun including firing projectiles/fragments at explosive filled targets and bare charges up to 100 pounds of explosives per test. Perform tests with light gas gun equipped with a sabot separation/gas expansion chamber. Perform tests that accelerate projectile at velocities greater than 15,000 feet per second. Perform detonation testing for up to 20,000 pounds of high explosives in one test. Perform tests using sled track including having the capabilities to design, fabricate, and analyze rocket sleds for use in sled track testing. Perform dynamic testing of warheads, penetrates, and shape charges, and provide a dynamic means for precision impact control for target penetration studies in sled track testing. Provide support in the design, fabrication, and testing of single and multiple fragment mat projectors and testing of reactive fragments and reactive fragment warheads. Provide support in the design, fabrication, and testing of single and multiple fragment mat projectors and testing of reactive fragments and reactive fragment warheads. Must have capabilities of compressing such materials as aluminum and teflon powder. Provide complete test instrumentation required for data acquisition including but not limited to: flash x-ray up to 1 meg, doppler Radar capabilities, high speed camera coverage which must include 16mm Hycam and both 16mm and 35mm Fastax with a capability of up to 14 million frames/sec, documentary photographs with digital capability and vid eo cameras with recorders, oscilloscopes with PIEZO-electronic data sensors, temperature-time, 20 channel magnetic type, high speed Image Motion Compensation photographic coverage for both gun-launched and explosive launched fragments and projectiles. Provide complete machine shop services including but not limited to welding, precision machining, riveting, and sheet metal fabrication as required. The machine shop shall be capable of fabrication of classified items through the Secret level. Provide storage for up to 500,000 pounds of High Explosives (HE) and propellants. Storage must be approved for Categories 1-4 of sensitive arms, ammunition, and explosives. Storage areas are required for both unclassified and classified up to DOD Secret for targets/hardware. The contractor shall have a Radioactive Material License for testing of depleted uranium and have a BATF licens e. Clearances are required to support special projects, which include Secret, and Critical Nuclear Weapon Design Information (CNWDI) efforts. The above efforts must be performed without the use of Government Facilities. Interested parties other than New Mexico Tech must be able to demonstrate in writing by 8 March 2004, their capability to provide the requested services. Please reference N00178-04-R-1026 when forwarding your requested information. Electronic quote submission is encouraged at XDS11@nswc.navy.mil, but they may also be faxed to (540) 653-7088 or delivered to the Naval Surface Warfare Center, Dahlgren Division, Attn: XDS115, Bldg. 183, Room 102, 17320 Dahlgren Rd., Dahlgren VA 22448-5100. Telephone Number is (540) 653-7478. Point of Contact is XDS115. The Naval Surface Warfare Center, Dahlgren Division, Dahlgren Procurement Division has implemented Electron ic Commerce (EC) in the acquisition area; therefore, synopses and resulting solicitations with any applicable amendments will be available on the World Wide Web at http://www.nswc.navy.mil/wwwDL/XD/SUPPLY/. No hard copies will be provided. Vendors should regularly access the NSWCDD Web Site to ensure they have downloaded all amendments. DOD will no longer award Contractors not registered in the Central Contractor Registration (CCR) database. Registration may be completed by assessing the CCR web site at http://www.ccr.gov . A paper registration form may be obtained from the DoD Electronic Commerce Information Center at (888) 227-2423. Anticipated the solicitation will be issued 22 March 2004 with a closing date approximately 30 days thereafter.
 
Web Link
NSWCDD PROCUREMENT DIVISION Web Site
(http://www.eps.gov/spg/DON/NAVSEA/N00178/N0017804R1026/listing.html)
 
Record
SN00527258-F 20040222/040220232442 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.