Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 24, 2006 FBO #1763
SOURCES SOUGHT

68 -- Misc Chemical Specialties

Notice Date
9/22/2006
 
Notice Type
Sources Sought
 
Contracting Office
NAVSURWARCEN Dahlgren Division, 17320 Dahlgren Road , Dahlgren, VA 22448-5100
 
ZIP Code
22448-5100
 
Solicitation Number
N0017806Q1914
 
Response Due
9/30/2006
 
Archive Date
12/21/2006
 
Description
This synopsis is being posted to both the Federal Business Opportunities (FBO) webpage located at http://www.fbo.gov and the Navy Electronic Commerce on Line (NECO) website located at https://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 Naval Sea Systems Command. The Naval Surface Warfare Center, Dahlgren Division (NSWCDD) seeks to obtain market research information from sources capable of fully satisfying information from government, academia, and industry sources regarding novel solutions for the tanker protective system. The immediate objective is to survey and assess the most advanced Penetration Resistant Coupons to prevent leakage from tanker assets after ballistic impact from 0.50 caliber AP projectile impacting at 100 ft/sec above muzzle velocity. This market research is for informational purposes only and should not be construed as a commitment of any kind. Any information received, in whole or in part, may be used to create the resulting acquisition strategy for the proposed requirements. Responders will not be reimbursed for any information received and are encouraged not to provide proprietary data or business sensitive information as any information received may be used by the Government and/or released to the public. The Government is primarily focused on seeking suitable commercial and non-developmental items or commercial items that can be easily modified to meet existing Government requirements. If no such commercial/non-developmental items currently exist, the Government may entertain the procurement of developmental items based on the information received as a result of this market research. 1.0 PENETRATION RESISTANT COUPON The following are design and manufacturing parameters NSWCDD will consider during assessments: a) Each company selected will provide an armor solution which must incorporate steel substrates (plates will be 18? x 18? with a thickness of 0.608?). There will be no standoff distances between armor and substrate. b) Three plates will be provided to each company. c) Each coupon will be fired at three times within a 6? diameter circle using a 0.50 cal AP round impacting at 100 ft/sec greater than muzzle velocity. d) The three coupons will be tested at Ambient Temperature (AT), 130 deg F and ?40 deg F. i) Test coupons will be placed within a temperature conditioning unit 10 hrs prior to testing, ensuring thermal equilibrium at each required temperature. ii) After each bullet impact plates will be inspected for complete penetrations. A complete penetration at any part of the testing cycle will constitute failure. (A complete penetration will include any impact that compromises a tanker wall to fail prematurely). e) Any solution that incorporates ceramic tile will only be shot at triple points (weakest points). For each solution that meets the performance requirements, further consideration will be given in the following areas: Weight, Ease of Application, Maintainability, Availability 2.0 PLAN OF ACTION & MILESTONES NSWCDD will conduct the Penetration Resistant Coupon evaluation in accordance with the following Plan of Action and Milestones (POA&M): 2.1 RESPONSE SUBMITTAL Information in response to this inquiry will be accepted from the date of the synopsis through 30 September 2006. Responses shall address the parameters identified in Paragraph 1.0. It is acknowledged that substantive data for emerging technologies for through evaluation of every parameter may not be available; however, all relevant information from responders shall provide a list of materials associated with their armor and corresponding Material Safety Data Sheets (MSDS). Responses are limited to 10 pages, not including the material list and MSDS. 2.2 ASSESSMENT NSWCDD will assess the information received in response to this inquiry based on the criteria outlined in Paragraph 1.0 during the period 30 September through 31 October 2006. Upon completion of this assessment, NSWCDD will select a Penetration Resistant Coupon as having the greatest potential for performance testing. 2.3 TEST SAMPLE DELIVERY For those coupons selected for performance testing, the Government will send 3 substrates to the selected companies to apply their armor by 5 October 2006. The government will request delivery of samples to be delivered during the period 10 October to 20 October 2006, at no cost to the government, Penetration Resistant Coupons in the sizes, configurations, and quantities as described above (see Paragraph 1.0). 2.4 PERFORMANCE TESTING The test samples provided will be subjected to the performance testing during the period 23 October to 31 October 2006. This performance testing will include, but may not be limited to, the following: Type Threat Test round Velocity Penetration Ballistic 0.50 cal. AP ROUND 100 ft/s > muzzle Resistant Test Type V0 (3 round) All test to be conducted at 0-degree impact obliquity at temperatures -40 F, AT, and 130 F. Access to Penetration Resistant Coupons test results is contingent upon the classification of the results as determined by U.S. Army Research Laboratory. Sources capable of fully satisfying the above requirements should submit capability statements/expressions of interest providing the Government the necessary information to determine actual capability. At a minimum, this information should include: 1) identification of your company or organization, 2) your company?s or organization?s assertion of existing, full capability to meet proposed requirements, 3) business/contracts/marketing office point (s) of contact information, 4) notification of business size and/or special status and 5) any additional information that may be useful to the successful procurement of the requirements, if solicited. These expressions of interest shall adhere to a two (2) page submission limit, plus commercial marketing information or web links and all should be sent to XDS11C, via email at dlgr_nswc_xds11@navy.mil. These should be submitted on or before 30 September 2006. This market research announcement should not be considered a commitment! of any kind by the Government and individual correspondence should not be expected in advance of any resulting pre-solicitation notice for the proposed requirements. The Naval Surface Warfare Center, Dahlgren Division, Dahlgren Laboratory Procurement Division has implemented Electronic Commerce (EC) in the acquisition area; therefore, this synopsis will be available on the World Wide Web at http://www.nswc.navy.mil/supply. DoD will no longer award contracts to contractors not registered in the Central Contractors Registration (CCR) database. Registration may be accomplished by accessing the CCR Web site at http://www.ccr.gov. A paper registration form may be obtained fro the DoD Electronic Commerce Information Center at 1-888-227-2423.
 
Record
SN01152358-W 20060924/060922221325 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.