Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 24, 2004 FBO #0941
MODIFICATION

13 -- Ammunition Manufacturing

Notice Date
6/22/2004
 
Notice Type
Modification
 
Contracting Office
N00178, NSWCDD, 17320 Dahlgren Road Dahlgren, VA 22448-5100
 
ZIP Code
22448-5100
 
Solicitation Number
N0017804Q1006
 
Response Due
6/29/2004
 
Archive Date
8/29/2004
 
Point of Contact
XDS11C Phone Number 540-653-7478 Fax Number 540-653-7088
 
E-Mail Address
XDS11C is the POC for N00178-04-Q-1006
(XDS11@NSWC.NAVY.MIL)
 
Description
This synopsis is being posted to both the Federal Business Opportunities (FBO) page located at http://www.eps.gov and the Navy Electronic Commerce on Line (NECO) site located at http://www.neco.navy.mil. While it is understood that FBO is the single point of entry for posting of synopsis and solicitations to the internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by the Navy Sea Systems Command. This constitutes Amendment 0002 to N00178-04-Q-1006. This amendment is issued to revise the Statement of Work. NON-LETHAL OC/MALODORANT SPLASH DELIVERY ROUND Design / Fabrication (SOW). The following testing requirements have been added to this effort: 1. Conduct tests for government sponsor to demonstrate that design goals have been met. 2. Conduct tests for the government sponsor to demonstrate a side-by-s ide comparison of the round penetration performance in ballistic gelatin compared to a typical 12-gauge bean bag round. 3. Perform a set of demonstration tests to show the capability of this new round to a set of prospective end users. The tests for the government sponsor will include the following: 1) Tests with inert rounds to determine round impact velocity, accuracy, and imparted momentum (or impulse). The impact conditions will be determined for three different standoffs (20, 50, and 75 yards). There shall be a minimum of five tests conducted at each standoff. 2) Tests with inert rounds to compare round penetration in ballistic gelatin to a typical 12 gauge bean bag round at a standoff of 20 yards. There shall be a minimum of five tests with both the inert round and the bean bag round. 3) Tests with live rounds to determine ability to penetrate two routes of entry (a double-paned window and a hollow core door) and disperse the non-lethal payload inside. There shall be a minimum of five tests for each route of entry at standoffs of both 50 and 75 yards. These dispersion tests shall use a 10x10x8 foot or larger building with both a double-paned window and a hollow core door. The building must also have a ventilation fan that is capable of producing at least four air changes per hour. High-speed video (3,000 – 10,000 frames/second) will be used to capture the images of round as it disperses the payload. After the tests for the government sponsor have been completed, a subset of those tests will be selected for inclusion in the demonstration tests for the prospective end users. The demonstration tests will include accuracy demonstration tests with a minimum of five inert rounds, a penetration demonstration with one shot each of an iner t round and a bean bag round into ballistic gelatin, and at least two payload dispersion tests into the building with live rounds. Each proposal should provide a complete cost breakout providing the basis for the price. Three current/verifiable references should be included in the proposal. Simplified Procedures will be utilized. All items are to be priced FOB Destination. DOD will no longer award contracts to contractors not registered in the Central Contractors Registration (CCR) database. Registration can be completed by accessing the CCR Web Site at http://www.ccr.gov. A paper registration form may be obtained from the DOD Electronic Commerce Information Center at (800) 334-3414. Questions concerning this synopsis amendment should be directed to XDS11C on (540) 653-7478 or emailed to 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: XDS11C, Bldg. 183, Room 102, 17320 Dahlgren Rd., Dahlgren VA 22448-5100 and reference the synopsis number N00178-04-Q-1006. All quotations are due by closing date : June 29 no later than 1400 EST. Anticipated date of award is 2 July 2004 . NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (22-JUN-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
NSWCDD PROCUREMENT DIVISION Web Site
(http://www.eps.gov/spg/DON/NAVSEA/N00178/N0017804Q1006/listing.html)
 
Record
SN00607912-F 20040624/040622212427 (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.