SOURCES SOUGHT
R -- COMPARATIVE STUDIES OF TECHNOLOGIES
- Notice Date
- 4/17/2008
- Notice Type
- Sources Sought
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- Contracting Office
- Department of Energy, National Security Technologies LLC (DOE Contractor), National Security Technologies LLC, PO Box 98521, Las Vegas, Nevada, 89193
- ZIP Code
- 89193
- Solicitation Number
- STKPL041708
- Point of Contact
- Emma B Fox, Phone: 702.295.0507, Jeanette L Matthews, Phone: 702-295-2700
- E-Mail Address
-
foxeb@nv.doe.gov, matthejl@nv.doe.gov
- Description
- SUBCONTRACTOR shall provide all services required to complete comparative studies of technologies, both currently available and under development, which could satisfy specific pulsed-power and radiography source requirements for the diagnosis of dynamic experiments at NTS. Pulsed-power options within each study could include but not be limited to Marx bank/waterline, induction and radio-frequency (RF) linear accelerator (LINAC), inductive voltage adder (IVA), and linear transformer driver (LTD) technologies, and x-ray diode options relevant to each pulsed power option will be identified. Each study is to culminate in a report which describes the pulsed power and diode combinations considered, including expected electrical and x-ray output characteristics plus the auxiliary (e.g., water, oil, and vacuum) systems which would be needed by each pulsed power and diode combination. Significant differences in control system requirements will be identified. The report shall also include: a relative comparison of risk factors (e.g., reliability/repeatability of key components, dependence on R&D success, and manufacturability); estimations for floor space requirements, procurement costs, operating costs, and maintenance costs; and a recommended path forward consistent with the overall NTS strategy. Each report will stand as the technical basis for an NTS Radiography business case analysis. Work on this subcontract will be performed off-site but will require some travel to the North Las Vegas, Nevada facility for technical exchange meetings. The work and deliverables will be unclassified. COMPARATIVE STUDIES Three separate studies are to be completed sequentially under this subcontract. The three studies needed and the tentative requirements for radiography (x-ray spectrum, full width at half maximum equivalent spot size and pulse length, and dose at 1 meter) are given below. The standard deviation in the timing of x-ray pulses shot-to-shot, pulse-to-pulse (same axis), and/or axis-to-axis should not significantly vary by more than 50 ns. A single-axis, 2 or more pulses/axis capability: 6 MeV, <3 mm spot, 50-80 ns, 200 rad @m from the first pulse, and <200 us pulse separation, for experiments beginning FY12. A dual-axis, 2 or more pulses/axis capability: 8 MeV, 2 mm spot, 50-80 ns, 250 rad @m from the first pulse on each axis, and <200 us pulse separation, for experiments beginning FY14. A three-axis, multiple-pulse capability: 18 MeV, 2 mm spot, 50-80 ns, 1000 rad @m from the first pulse on each axis, and <200 us pulse separation, for experiments beginning FY19. SCHEDULE: This subcontract is to be effective from the date of award through COB September 30, 2008. Target dates for submission of study reports are given as June 15, 2008 for study #1, July 15, 2008 for study #2, and August 15, 2008 for study #3. Interested Parties shall demonstrate that they have a Subject Matter Expert that meets the following: PhD required with a minimum of 20 years extensive experience in the fields of pulsed power and x-ray sources for radiography. Must be an independent and nationally-recognized expert authority on the design and application of pulsed power and x-ray diode systems. Must be familiar with the ongoing research into these fields being conducted at the national laboratories. Must be familiar with the design and operational issues associated with existing radiography systems such as the Dual Axis Radiographic Hydrodynamic Test (DARHT) facility, Hydrus, Flash X-Ray (FXR), Radiographic Integrated Test Stand (RITS), and Cygnus. Must already have the models and analysis tools needed to perform a comparative study of technology options which meet specific radiography requirements.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=af45ed379fdab6d668822e60cb2c5483&tab=core&_cview=1)
- Place of Performance
- Address: North Las Vegas, NV, Las Vegas, Nevada, 89030, United States
- Zip Code: 89030
- Zip Code: 89030
- Record
- SN01556708-W 20080419/080417221501-af45ed379fdab6d668822e60cb2c5483 (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 |