Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 27,1997 PSA#1769

Naval Surface Warfare Center, Crane Division, Code 1164EJ, Bldg. 64, 300 Highway 361, Crane, IN 47522-5001

A -- RESEARCH AND DEVELOPMENT SOL N00164-97-R-0043 DUE 042597 POC Contact point, Ms. Hilda Quillen, Procurement Technician, Code 1164EJ, Phone 812-854-2422, Fax 812-854-3465, e-mail hq6591@smtp.nwscc.sea06.navy.mil; Mr. Don Davis, Contracting Officer The Crane Division, Naval Surface Warfare Center, in support of the Joint Service Demilitarization Research and Development Program, is soliciting research proposals using a Broad Agency Announcement (BAA) in the area of developing a contained detonation system capable of handling various military energetic materials and munitions. This state-of-the-art system should be capable of containing any fragmentation occurring during the detonation and also control air and noise emissions in accordance with DoD safety standards and Federal, State and local environmental regulations. The objective of this effect will be to identify, develop and demonstrate a detonation unit to destroy munitions items. The goal of the research studies if the development of a system capable of contained detonation of a suite of energetic items that are currently demilitarized by OB/OD, while controlling air and noise pollution. Disposition of any residual material will be handled in accordance with safety and environmental regulations. The contained detonation system developed shall be validated by constructing a prototype chamber and testing the unit at a government facility. Sufficient types and quantities of energetic material/munitions shall be processed in order to validate the acceptability of the detonation system to effectively and efficient destroy the unserviceable, obsolete and excess military materials. The energetic materials will be provided as GFM. The result of the proposed effort will be a capability to cost effectively field the most advanced detonation unit with very low technical risk. This effort is planned as a three phase effort: Phase I -- This will be the initial prove-out of the contained detonation unit at a designated DoD facility. During the Phase I effort the contractor shall test the unit on an Improved Conventional Munition (ICM) such as the 155MM Projectile with submunition grenades/mines. The contractor shall demonstrate the capability to contain fragmentation and measure blast overpressures/shockduring the process. The contractor shall provide infomation on the design and operation of the unit such that safety and environmental regulatory approval can be obtained to site and operate the unit. A standing Operating Procedure (SOP) is required for the item(s) to be tested in the detonation unit. The demonstration test should include the measurement of sound, shock and overpressure. The contractor should include in the proposal the monitoring and analysis of emissions and residual solids. This section of the proposal should be listed separately as it may be provided to the contractor as GFI. Phase II Based on successful testing during the Phase I program, the contractor shall evaluate and demonstrate the contained detonation of a suite of munition items at the designated DoD facility. The following materials are to be consider for testing during the Phase II development program: ICM projectiles and components, anti-personnel mines, submunition grenades/mines/bomblets, HE rockets and other HE components.The same procedures and testing shall be followed during the Phase II as was followed during the Phase I. Phase III -- Based on the results in the Phase I and Phase II Program, the contractor shall prepare a comprehensive training manual for the complete operation of the contained detonation unit which will include SOPs for all items approved for the unit. The data to be included in both Phase I and Phase II final reports will include, but not be limited to the following: handling procedures, throughput, emissions, residue analysis and verification of integrity of systems. As a part of the final Phase II report to be provided to the government, annual operating costs for the unit will be provided by the Contractor. The total program is planned as a 12 to 18 month effort. It is anticipated that a minimum of $1M will be awarded under the BAA. (0023)

Loren Data Corp. http://www.ld.com (SYN# 0008 19970127\A-0008.SOL)


A - Research and Development Index Page