SOURCES SOUGHT
B -- Ammunition and Propellant Testing
- Notice Date
- 1/8/2010
- Notice Type
- Sources Sought
- Contracting Office
- US Army, Army Contracting Command, Joint Munitions and Lethality (JM&L) Contracting Center, Picatinny Arsenal, New Jersey 07806-5000
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN-10-X-0433
- Response Due
- 1/28/2010
- Archive Date
- 2/27/2010
- Point of Contact
- Yasmine Clanton, Contract Specialist, (973)724-4349
- E-Mail Address
-
Yasmine Clanton
(yasmine.clanton@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The U. S. Army, Army Contracting Command (ACC) Joint Munitions and Lethality(JM&L) Contracting Center, Picatinny Arsenal, NJ 07806-5000 on behalf of the Army Propellant Surveillance Laboratory (APSL) of the Energetics Producibility and Manufacturing Technology Division (EPMTD) located at the US Army Armament Research, Development and Engineering Center (ARDEC) is conducting market research to locate companies interested in performing solid propellant stability assessments and determining required propellant retest intervals for the Surveillance Division of the Joint Munitions Command (JMC) to include ammunition surveillance programs, stockpile surveillance programs, malfunction investigations, field investigations, deficiency investigations and accident investigations related to solid, nitrocellulose-based propellant and propellant stability. The assessment process utilizes data generated through the Master Sample Program and Safe Interval Prediction (SIP) testing in order to continuously monitor the stability and safety of the Armys nitrocellulose-based propellant stockpile in both ammunition configurations and bulk form. In order to successfully execute the propellant surveillance process, the contractor will be required to perform qualitative and quantitative analysis and testing on ammunition and bulk propellant associated with JMC Ammunition Surveillance Programs, Stockpile Surveillance Programs, malfunction investigations, field investigations, deficiency investigations and accident investigations related to solid, nitrocellulose-based propellant and propellant stability. The contractor shall perform SIP testing on solid nitrocellulose-based propellants using High Performance Liquid Chromatography (HPLC) and accelerated aging methodologies. The contractor is responsible for assuring data quality through statistical analysis of the data generated. The contractor shall investigate improvements in existing processes that may enhance the quality, consistency, or efficiency of the data generated in order to assure continued state-of-the-art operations at the APSL. The contractor shall perform preliminary analytical work in support of malfunction investigations, field investigations, deficiency investigations and accident investigations specifically involving potentially unstable propellant to provide information to the Government to be used in preparation of formal Plans of Investigations (POIs). The contractor will meet specific requirements in the areas of data reporting, safety and environmental compliance. Responses should include directly relevant experience, proven stabilizer analysis methods development expertise and energetic materials handling experience. All information is to be submitted via email at no cost or obligation to the Government; information provided will not be returned. Responses shall also indicate the size of the business entity; large or small IAW FAR 19.102, and a copy of the most recent ORCA certifications. Please provide the name of your company, address, POC, phone/fax number and email address. TELEPHONE INQUIRIES WILL NOT BE ACCEPTED. The Government will accept written questions by email. Interested companies are encouraged to submit their capabilities/qualifications data not LATER than January 28, 2010. This is a Sources Sought /Market Survey Announcement and submission will be used for informational and planning purposes only. This notice does not constitute a formal request for Proposal (RFP)/Request for Quote (RFQ), nor is the Government obligated to issue the RFP/RFQ. In addition, the Government does not intend to pay for any information provided under this notice. The Government is not obligated to notify respondents of the results of this survey. The point of contact for this action is Yasmine Clanton, Contract Specialist, CCJM-JA, (973) 724-4349,yasmine.clanton@us.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/70b76388e9fe36c08d9eb02abd8fe01a)
- Record
- SN02038464-W 20100110/100108235620-70b76388e9fe36c08d9eb02abd8fe01a (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 |