Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 28, 2008 FBO #2314
SOURCES SOUGHT

13 -- SOURCES SOUGHT ANNOUNCEMENT FOR TWO INCH MINIMUM STEEL CUTTING CHARGE

Notice Date
3/26/2008
 
Notice Type
Sources Sought
 
Contracting Office
N00164 NAVAL SURFACE WARFARE CENTER, INDIANA 300 Highway 361, Building 64 Crane, IN
 
ZIP Code
00000
 
Solicitation Number
N0016408RJM17
 
Response Due
6/30/2008
 
Point of Contact
Mr. John Pfender, 812-854-5198 or e-mail: john.pfender@navy.mil Technical questions Mr. Eric Scheid, 812-854-5667 or e-mail: eric.scheid@navy.mil
 
E-Mail Address
Email your questions to POINT OF CONTACT
(john.pfender@navy.mil)
 
Description
This synopsis is being posted to the Federal Business Opportunities (FBO) website located at http://www.fbo.gov, the Navy Electronic Commerce on Line (NECO) website located at https://www.neco.navy.mil/, and the Naval Surface Warfare Center, Crane Division, Acquisition website located at http://www.crane.navy.mil/acquisition/synopcom.htm. FBO is the primary point of entry to be used when access to synopses and solicitations from the World Wide Web is required. However, the NECO webpage as well as the Naval Surface Warfare Center, Crane Division, Acquisition webpage serve as alternatives if the FBO website is unavailable. MARKET SURVEY - SOURCES SOUGHT SYNOPSIS: The Government is issuing this sources-sought announcement as part of a market survey for a linear charge capable of cutting at least two (2) inches of steel. All interested sources are encouraged to submit company and product literature, references and any other pertinent information for the Government?s consideration. Product information should include system size, weight and construction materials, energetic compositions and weight, and fragmentation output and or performance data if available. Information should also include full system descriptions and maturity information. Potential candidates may range from conceptual to existing off the shelf solutions. Potential linear steel cutting charge candidate systems should be capable of the following general characteristics. 1) Performance Output ? Candidate systems must have the ability to cut a minimum of two (2) inches of steel. The threshold requirement is the ability to sever a two (2) inch thick plate of structural steel (ASTM A36 or similar) with the candidate system curved into a 20 inch lateral bend radius. The objective performance is the ability to cut a minimum two (2) deep slot into an infinitely thick piece of structural steel (ASTM A36 or similar) with the candidate system curved into a 16 inch lateral bend radius. 2) Fragmentation ? The candidate system must not produce any reward primary fragments. 3) Flexibility ? The candidate system must meet the performance requirements while bent laterally as described above. 4) Length ? The candidate system must be capable of being produced in continuous lengths of a least ten (10) feet. 5) Sensitivity ? The candidate systems shall be sensitive to direct initiation from either a military detonator or may require a booster of up t o 10 grams. 6) Attachment ? The objective capability is an integrated means of attaching up to ten (10) feet of charge to a vertical steel surface while curved in the 16 inch bend radius, while wet, for at least 30 minutes. 7) Explosive Load ? The threshold requirement is for a system with a maximum linear net explosive weight of 11,000 grains per foot (2400 grams per meter). The objective requirement is for a system with a maximum linear net explosive weight of 7700 grains per foot (1680 grams per meter). 8) Explosive Safety ? The threshold requirement is for a system that is capable of becoming US DoD / Navy Final Type Qualified. The objective requirement is for a system meeting the threshold requirements and containing an explosive that is already US DoD / Navy Qualified. 9) Applicable Standards ? The system should be capable of meeting the general requirements of MIL-STD-331C and MIL-STD-2105C. Firms having access to demonstrated research and prototyping capabilities in this area are invited to submit literature, not exceeding ten pages of text, which describes the general approach, previous related work, and an estimate of overall costs (rough order of magnitude) in the form of a White Paper. This effort shall consist of an initial White Paper or product information response to this Notice. Interested organizations should respond by providing the Government the following information; point of contact, address, telephone and fax numbers, email address, duns number, cage code and or tax ID number, as well as size category of the company (large, small, small disadvantaged, etc) a brief summary of the company's capabilities, description of facilities, personnel, related manufacturing experience, and existing safety approvals. Also provide any supporting information such as commercial literature, catalogues, manuals, etc. If a respondent chooses to utilize the services of sub-tier vendors or subcontractors, those vendors or subcontractors must meet these criteria. If a capability is determined to be suitable, a small quantity of prototype units may be procured for testing to evaluate the suitability of the candidate for the Government?s needs. At the current time, NO FUNDING IS AVAILABLE for contractual efforts. This sources sought synopsis does not constitute an Invitation for Bids (IFB), a Request for Quote (RFQ), or a Request for Proposal (RFP) and it should not be construed as a commitment of any kind by the government to issue a formal solicitation or ultimately award a contract. The U.S. Government is in no way liable to pay for or reimburse any companies or entities that respond to this announcement. Any costs incurred by interested companies in response to this announcement will NOT be reimbursed. It should be noted that during the evaluation of all information submitted, the Government plans to utilize employees from Science Applications International Corporation (SAIC) and Booz Allen Hamilton as advisors to the Government evaluators. All information marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities. Your interest in this response is appreciated. Interested vendors should provide information regarding this announcement to: Mr. John Pfender, Code 0562HN, Bldg 3422, NAVSURFWARCENDIV, Crane, IN 47522, telephone (812) 854-5198 or e-mail at: john.pfender@navy.mil. Technical questions regarding this announcement may be directed to Mr. Eric Scheid, Code JXMN, Bldg 3347, NAVSURFWARCENDIV, Crane, IN 47522, telephone (812) 854-5667 or e-mail at: eric.scheid@navy.mil
 
Web Link
TO DOWNLOAD SOURCES SOUGHT ANNOUNCEMENT
(http://www.crane.navy.mil/acquisition/synopcom.htm)
 
Record
SN01542381-W 20080328/080326224859 (fbodaily.com)
 
Source
FedBizOpps 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.