SPECIAL NOTICE
A -- REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT � DEVELOPMENT OF DETONATOR WITH HIGH VOLTAGE SWITCH/SPARK GAP AND EXPLODING FOIL INITIATOR (EFI)
- Notice Date
- 6/3/2025 9:59:03 AM
- Notice Type
- Special Notice
- NAICS
- 541715
— Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
- Contracting Office
- NSWC CRANE CRANE IN 47522-5001 USA
- ZIP Code
- 47522-5001
- Solicitation Number
- N0016425SNB65
- Response Due
- 7/3/2025 1:00:00 PM
- Archive Date
- 07/18/2025
- Point of Contact
- DEREK S. PERRY
- E-Mail Address
-
derek.s.perry2.civ@us.navy.mil
(derek.s.perry2.civ@us.navy.mil)
- Description
- N0016425SNB65 - REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT � DEVELOPMENT OF DETONATOR WITH HIGH VOLTAGE SWITCH/SPARK GAP AND EXPLODING FOIL INITIATOR (EFI) � PSC AC13 - NAICS 541715 Issue Date 03 June 2025 - Closing Date 03 July 2025 4:00 P.M. Eastern Daylight Time (EDT) The Government is issuing this RFI/Sources Sought announcement as part of market research to determine if sources capable of satisfying the agency's requirements exist in accordance with FAR 10.001(a)(3)(i) and to determine the availability and technical capability of industry for the manufacture of High Voltage Switch/Spark gap, EFI, and High Energy Explosive components as delineated in the following paragraphs. This effort is underway to gauge potential interest and establish the current state of industry. The Naval Surface Warfare Center, Crane Division (NSWC Crane) Specialized Munitions Division is seeking development capability and/or Commercial-Off-The-Shelf (COTS) EFI detonator components capable of meeting a specific range of environmental, electrical, and output requirements. It is of high importance that the detonator can survive many environments and still function with little to no degradation. In the pursuit of this goal, NSWC Crane will be analyzing development ideas and performance characteristics to determine which detonator technologies meet the Government�s needs and reduce the manufacturing cost. The purpose of this source and sought notice (SSN) is to seek interest and capability of manufacturing an EFI detonator that can utilize a spark gap and a streamlined manufacturing process. The SSN solicits vendors information that fully explains their technology features, capabilities, and performance. EFI detonators and capabilities submitted in response to this SSN will be assessed against the minimum needs and manufacturing requirements listed below: EFI detonators shall utilize the approved explosive compound from MIL-STD-1316F Table 1, RSI-007 Type I. All fire shall be less than 100 millijoules at 0.999 reliability at 90% confidence level. Facility shall be capable of performing threshold testing for all fire and no fire. Facility shall be capable of hermetically sealing and leak testing detonators. Manufacturing abilities shall be capable of modifying the detonator body header to a specific number of pins that will be determined at a later time. Manufacturing capabilities shall include the ability to adjust the size of the output pellet and header size to fit custom form factor request. Spark gaps developed on the same chip as the EFI is not a requirement, however, additional consideration will be given to detonators with this attribute for ease of manufacturing. Spark gaps/High voltage switches utilized with the EFI should have a goal to be rated in the range of 1000VDC to 1500VDC. Spark gaps should have a goal to be designed to withstand Personnel Borne Electrostatic Discharge (ESD) detailed in JOTP-062, a 500 VDC No-Fire Safety test, and some form of predictive breakdown test without degradation to the accuracy of the spark gap function breakdown voltage. The accuracy and consistency of the breakdown voltage will also be considered for this SSN, the actual accuracy needed cannot be disclosed at this time. Vendors are encouraged to submit information for EFI systems which meet or exceed the minimum requirements. Responses to this SSN should include documentation which fully explains the detonator�s technology features, capabilities, and performance. NSWC Crane plans to evaluate all submissions against the minimum requirements to determine the best path forward. Responses to the Market Survey shall include the following: Submitter's name Mailing address (Street address, City, State, Zip code) Business Size and category (large, small, small disadvantaged, etc.) Website address (if applicable) DUNS number Cage code, and/or Tax ID number Government representative(s) Point of Contract (POC) POC Telephone and email address Announcement Number: N0016425SNB65 Technical Summary Detonator Title. Name and model Detonator Photograph or something that shows the structure of the detonator Detonator Specifications Identification of explosive components present and nominal net explosive weight (NEW) Spark gap/High voltage switch voltage performance ranges if applicable. Results of any safety testing, to include ESD, 500 VDC No-Fire Safety test, and some form of predictive breakdown test without degradation with documented accuracy of spark gap breakdown Threshold tests mean and standard deviation voltages and the fire set characteristics used for the threshold test (resistance, inductance, and capacitance). Manufacturing capabilities and any certifications (e.g. ISO9001) Facility Capabilities and any certifications Responses shall be submitted in the following format: Electronic (Adobe pdf or Microsoft Word) format Not exceed ten pages in length In 11 or 12-point, Times New Roman with normal (condensed) spacing Margins of 1"" or greater on all sides Submitted via email Responses shall NOT be submitted using marketing materials. All information received that includes proprietary markings will be handled in accordance with applicable statutes and regulations. Responses to this notice will not be returned. An acknowledgement of receipt will be provided for all responses received. If you do not receive an acknowledgement within two (2) working days, please notify the points of contact listed in this notice. At the current time, NO FUNDING IS AVAILABLE for contractual efforts. This notice is not a Request for Proposals. Reponses to this notice are not offers and cannot be accepted by the Government to form a binding contract. This notice is issued solely for information and planning purposes and does not constitute a solicitation or obligation on the part of the Government. Neither unsolicited proposals nor any other kind of offers will be considered in response to this notice. Respondents are wholly responsible for any costs or expenses associated with submitting a response. No reimbursement will be made for any costs associated with providing information in response to this notice or any further requests for information relating to a response. Respondents will not be notified of the results of this notice. The information obtained from submitted responses may be used in the development of an acquisition strategy. Contractors must be properly registered in the System for Award Management database (SAM). Offerors may obtain information on SAM registration and annual confirmation of requirements by calling 1-866-606-8220, or via the Internet at www.sam.gov. Market research information may be submitted to the POC any time prior to the expiration of this announcement. The POC for this effort is Derek Perry, telephone number 812-381-5304, email: derek.s.perry2.civ@us.navy.mil. Reference N0016425SNB65 in the subject line of emails. Any questions related to the process for submission of information shall be submitted to the NSWC Crane Contracting POC. Your interest in the response is appreciated.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/9aca2f5ecdd24c5a84dd3d9e40a7ffbe/view)
- Record
- SN07463113-F 20250605/250603230043 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |