Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 09, 2011 FBO #3364
DOCUMENT

13 -- ADVANCED ENERGETICS - Attachment

Notice Date
2/7/2011
 
Notice Type
Attachment
 
NAICS
325920 — Explosives Manufacturing
 
Contracting Office
N00164 NAVAL SURFACE WARFARE CENTER, INDIANA 300 Highway 361, Building 64 Crane, IN
 
Solicitation Number
N0016411RJS99
 
Response Due
4/29/2011
 
Archive Date
6/15/2011
 
Point of Contact
Mr. John Roberts 812-854-2433 Mr. John Roberts, 812-854-2433
 
Small Business Set-Aside
N/A
 
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.navsea.navy.mil/nswc/crane/working/contracting. 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. This is a Request for Information (RFI) announcement for market research purposes only, to be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. The purpose of this RFI is to gain knowledge of interest, capabilities and qualifications of vendors. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS RFI. REQUEST FOR INFORMATION: The Government is issuing this Request for Information announcement as part of a market survey for an enhanced blast (EBX), main charge explosive that has at least 130% of the performance of an equivalent volume of explosive PBXN-109. The performance characteristic of interest is peak transient specific impulse . For these purposes, peak transient specific impulse is defined as the area under the first positive pulse of the pressure time curve. It is also the first peak in the impulse curve. The evaluation of performance will be based on measured total impulse observed on Kulite XT 190 pressure gauges (or similar) in a non-responding internal blast test structure. Candidate explosives shall have the following general characteristics. 1)The material shall have the potential to be DoD / Navy explosive qualified. 2)The material shall have a reasonable booster requirement. Reasonable is approximately defined as a Large Scale Gap Test result between 150 and 200 cards (data not required). 3)The material shall have a critical thickness of less than 0.3 in (data not required). 4)The material shall be compatible with common plastics and adhesives (data not required). Interested sources should provide a White Paper in response to this announcement. The White Paper shall consist of the following details for each candidate formulation: 1)The explosive formulation, including particle class information. 2)The theoretical maximum density (TMD). 3)The estimated production density. 4)An estimated production cost. 5)A performance estimate and documentation supporting the estimate. 6)A Cheetah model or the information necessary to add the formulation to the Cheetah component library. Cheetah 6.0 will be used for the Government model. Cheetah can be obtained from Lawrence Livermore National Laboratory. Suggest sending inquires concerning Cheetah to cheetah@llnl.gov. 7)Material Safety Data Sheets (MSDS) (if available) 8)Department of Transportation (DoT) letter of Competent Authority (CA) (if available) 9)Interim Hazard Classification (IHC) (if available) 10)UN Test Series 3 data (if available) The respondent must be able to demonstrate the ability to obtain those resources in a timely fashion. Interested organizations possessing the necessary capabilities should also provide the following business information: 1)Point of Contact to include address, telephone and fax numbers and email address 2)DUNS number 3)Cage Code 4)Small Business size status if applicable 5)Brief summary of the company's capabilities, description of facilities, personnel, related manufacturing experience, and existing safety approvals. 6)Any supporting information such as commercial literature, catalogues, manuals, etc. 7)If a contractor utilizes the services of sub-tier vendors or subcontractors, provide supporting information. White Papers responses to this Notice are due on or before 29 April 2011. 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. 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. Responses or questions regarding this announcement may be directed to Mr. John C. Roberts, Contract Specialist, NSWC Crane, 300 Hwy 361, Bldg 64, Code CXMPXC, Crane, IN 47522-5001; PHONE No. (812) 854-2433 FAX No. (812) 854-3465. Email address: john.c.roberts3@navy.mil IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016411RJS99/listing.html)
 
Document(s)
Attachment
 
File Name: N0016411RJS99_11RJS99_syn.doc (https://www.neco.navy.mil/synopsis_file/N0016411RJS99_11RJS99_syn.doc)
Link: https://www.neco.navy.mil/synopsis_file/N0016411RJS99_11RJS99_syn.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02374391-W 20110209/110207234149-c065866182f53d93df467fd0c2906773 (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.