Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 04, 2012 FBO #3784
SOURCES SOUGHT

A -- Sources Sought for research, development and testing of solid, gel, hybrid rocket propulsion technology for application in US Army missile systems. (follow on to W31P4Q-08-D-0025 with Aerojet and W31P4Q-08-D-0026 with ATK)

Notice Date
4/2/2012
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
ACC-RSA - (Missile), ATTN: AMSAM-AC, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
 
ZIP Code
35898-5280
 
Solicitation Number
W31P4Q-12-R-0106
 
Response Due
5/3/2012
 
Archive Date
7/2/2012
 
Point of Contact
Chris Sykes, 8765326
 
E-Mail Address
ACC-RSA - (Missile)
(christopher.c.sykes@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION OR SOLICITATION FOR PLANNING PURPOSES (a) The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation. (b) Although proposal and offeror are used in this Request for Information, your response will be treated as information only, it shall not be used as a proposal. (c) This solicitation is issued for the purpose of obtaining information to serve as a market survey to assist in the development of a procurement strategy. The Government seeks potential sources having the full capability to perform full-rate production of tactical missile propulsion systems and information on the potential source's knowledge, skill and experiences in research, development, and testing of solid, gel and hybrid rocket propulsion technology for application in U.S. Army missile systems. This is a Request for Information (RFI) issued pursuant to FAR 15.2. The U.S. Army Research, Development and Engineering Command (RDECOM), Aviation and Missile Research, Development, and Engineering Center (AMRDEC) Redstone Arsenal, AL, on behalf of the U.S. Army, desires to obtain information to serve as a market survey to aid in development of procurement strategy for research, development, and testing of propulsion technology for application in U.S. Army missile systems. As a result of issuing this RFI, the Government expects to receive information from potential offerors to assist in determination of the ability of potential offerors to develop and transition propulsion technology into tactical propulsion systems production operations. The AMRDEC has requirements for research, development, and testing of solid, gel and hybrid rocket propulsion technology for application in U.S. Army missile systems. Central to these requirements is a focus on controllable thrust, enhanced performance, reduced sensitivity, and environmental compliance. Therefore, as part of these efforts, all technology development should address the specific issues of the goal at hand, whether that goal is controllable thrust, performance, reduced sensitivity, or environmental compliance without neglecting any of the other goals central to this requirement. Due to technology transition objectives, the Government seeks to identify companies that have capabilities in research, development, and testing of solid, gel and hybrid rocket propulsion technology and the full capability to perform full rate production of tactical missile propulsion systems. Technology Areas: (1) New Ingredients and Materials: Propellant ingredients that are stable, compatible, processable, and cost effective for Army missile propulsion are among the ingredients to be developed, synthesized, and evaluated. These include high energy-density oxidizers, fuels, polymers, ballistic modifiers, processing additives, bonding agents, plasticizers and gelling agents. In addition, new materials for composite cases, to include fibers, resins, insulators, and nozzle components that can enhance motor performance shall be evaluated. Novel and/or improved processing techniques for propulsion system structural components shall be employed to enhance performance, integration, and cost effectiveness. New ingredients must be characterized for heat of formation, density, purity, elemental analysis, stability, hazards properties, and if pertinent, crystal structure, molecular weight, equivalent weight, functionality, viscosity, and reactivity. Hazards associated with the preparation, analysis, and use of solid or gel propellant ingredients and of those materials employed in the manufacture of rocket motor components or propellant are to be identified. Samples of promising new materials shall be obtained or prepared and analyzed to deliver to the AMRDEC for verification. (2) Rocket Propulsion Technology: (a) Minimum Signature Propellants: Less sensitive high performance minimum signature propellants with an objective theoretical impulse density greater than 14.0 lb-sec/in3 that maximize producibility and minimize cost. (b) Reduced Smoke Propellant: High performance, reduced smoke composite propellants with an objective theoretical impulse density greater than 16.0 lb-sec/in3 that maximize producibility and minimize cost. (c) Composite (Smoky) Propellant: High performance composite propellants with an objective theoretical impulse density greater than 17.5 lb-sec/in3 that maximize producibility and minimize cost. (d) Rocket Propulsion Inert Components: Design, development, analysis and test of rocket cases, nozzles, insulators, combustion chambers and/or tankages for solid or gel propulsion systems, to include controllable thrust devices/components shall be conducted. Integration methods and processing techniques that enhance propulsion system performance, survivability and Insensitive Munitions characteristics shall be designed, developed and evaluated. (3) Controllable Thrust Propulsion (CTP): Experimental and analytical investigations of approaches to provide a variety of thrust time profiles from a single motor design shall be conducted. Approaches to be examined include barrier type pulse motors, bulkhead type pulse motors, variable area nozzles, gels and hybrids. The majority of the applications for this technology also require minimum signature, and therefore concept implementation must not preclude meeting this requirement or the requirement for Insensitive Munitions. Development and testing of structural and control components, propellants, or materials for CTP to validate the component performance and assumptions and to address the critical design issues shall be performed. Specialized propulsion system testing shall be conducted to verify the predicted effects of each developed component on the system performance described in this effort. The contractor shall demonstrate an integrated flight type CTP prototype unit. This shall encompass the system engineering and design engineering activities associated with producing a detailed design of flight type system test hardware. Motor stability, ballistics, and signature should be demonstrated over an operational temperature ranges. Fabrication and integration of all the hardware required to support the flight type system testing to include control hardware, any specialized instrumentation and test/missile interfaces shall be performed. Design and performance models based on the outcome of the flight type hardware validation shall be updated. The purpose of this RFI is to gather information about the research, development, and production capabilities of potential offerors in the Technology Areas identified. Responses: To assist in market research associated with the research, development, and testing of propulsion technology, the government is requesting information from industry. Interested parties should submit white papers not to exceed 15 pages and no smaller than 12pt Times New Roman font. The white paper should include the following: (1) A brief description of any projects that the respondent's company is or has been involved in that are similar in concept to what is described in this RFI. This should include any relevant lessons learned, (2) Any additional materials that are deemed appropriate by the respondent. The objective of this process is to assess potential offerors capable of achieving the stated objectives. After RFI release, there will be a period of for question submittal. All questions must be submitted in writing and reference the RFI number no later than 3:00 CST on 13 April 2012 to the contractual point of contact Chris Sykes at christopher.c.sykes@us.army.mil; telephone requests for addition information will not be honored. Request must include: Company name, Commerical and Government Entity (CAGE) code, and appropriate point of contact information. All questions must be submitted in writing (e-mail) and reference the RFI number; telephone requests for additional information will not be honored. All RFI responses must be submitted to the contractual point of contact, Chris Sykes at christopher.c.sykes@us.army.mil no later than 3:00 PM Central Standard Time (CST) on 3 May 2012. The government requests that the respondents deliver one electronic soft copy in Microsoft Word or Adobe PDF format. In addition to the information provided above, all responses to this RFI must include the RFI number, company or institution name, Commercial and Government Entity (CAGE) code, and point of contact information. NO FOREIGN PARTICATION IS AUTHORIZED. Acknowledgement of receipt will only be issued if a return receipt is requested with the submission. Please do not submit any classified information. All information submitted shall be adequately safeguarded from unauthorized disclosure in accordance with FAR Part 15.207. The Government reserves the right to request further clarification or request presentations to enhance the Governments understanding of the respondent's submittal. White papers that fail to comply with the above instructions or present ideas that are not pertinent to the subject may not be reviewed. This is a request for information purposes only. This notice does not constitute a commitment by the U.S. Army to procure products or services. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS REQUEST FOR INFORMATION OR OTHERWISE PAY FOR THE INFORMATION SOLICITED. No award is intended as a result of the RFI. Information submitted in response to this RFI is submitted at no cost to the Government and will not be returned. Any exchange of information shall be consistent with procurement integrity requirements, and all appropriate proprietary claims will be protected to prevent improper disclosure. In the event you have difficulty reading this RFI, please contact Chris Sykes via email at christopher.c.sykes@us.army.mil for a copy of this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3c2c0c6665c8290528840826f9807f35)
 
Place of Performance
Address: ACC-RSA - (Missile) ATTN: AMSAM-AC, Building 5303, Martin Road Redstone Arsenal AL
Zip Code: 35898-5280
 
Record
SN02711227-W 20120404/120402234601-3c2c0c6665c8290528840826f9807f35 (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.