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