|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 7,1998 PSA#2006Commander, Naval Air Warfare Center Weapons Division, Code 210000D, 1
Administration Circle, China Lake, CA 93555-6100 A -- DEVELOPMENT OF INSENSITIVE MUNITIONS PROPULSION -- PART 1 SOL
N68936-98-R-0046 DUE 021298 POC Anita Dale, Contract Specialist, (760)
939-9656 (This is part 1 of a 2-part synopsis.) The Naval Air Warfare
Center Weapons Division (NAVAIRWARCENWPNDIV),Insensitive Munitions
Advanced Development Propulsion Program (IMAD), in collaboration with
the Naval Sea Systems Command, is seeking abstracts and proposals for
development and demonstration of insensitive, high-performance,
tactical solid propellant rocket motor technology. The Navy has
established an Insensitive Munitions Advanced Development (IMAD)
program to develop and aid the implementation of appropriate technology
into operational and developing systems. The Navy wishes to identify
and explore new concepts or principles that will provide high
performance tactical rocket motors with minimum threat to personnel and
equipment and without loss of performance or effectiveness.
Technologies should be mature, and commercially available to allow for
transition into weapon system acquisition within a three to five year
period. Technology of interest to the Navy will provide high
performance tactical rocket motors that will comply with the passing
criteria for fast and slow cook-off and bullet and fragment impact when
tested in accordance with MIL-STD-2105, "Hazard Assessment Tests for
Non-Nuclear Munitions". Particular emphasis should be placed on the
ability to maintain current performance levels of the targeted weapon
system. Specific passive technology areas of interest are:
(1)insensitive, high-burn rate, aluminumized boost
propellants;(2)insensitive reduced-smoke propellants; (3)insensitive,
high stiffness/high temperature rocket motor case technology for
air-launched missiles. Efforts should focus on meeting the propulsion
performance requirements of one of the current inventory of U.S. Navy
solid propellant tactical rocket motors or its officially recognized
successor, new concept Advanced Technology Demonstrations (ATD's),
Naval Surface Fire Support, and Theatre Ballistic Missile Defense. The
desired programs will include fabrication of prototype motors for
contractor static test for ballistic performance assessment and motors
for delivery to the Navy for IM characterization by the Naval Air
Warfare Center Weapons Division at China Lake. Alternate technology
demonstration programs will be considered if proposed on separate
abstracts. Programs receiving primary consideration will meet the
Navy's need for improving the Insensitive Munitions (IM) response
characteristics of the rocket propulsion system of a specific Fleet
weapon system and will be compatible with any product improvement
opportunities for the system addressed. ABSTRACTS: Offerors are invited
to submit abstracts (original plus 6 copies) of their proposed effort
prior to submitting a completed proposal to preclude unwarranted effort
on the part of the offeror. Offerors are encouraged to make preliminary
inquiries on the need for the type of demonstration effort contemplated
before expending the time and effort of preparing an abstract or
proposal. Once an abstract is submitted, all discussions must be
conducted with the Contract Specialist assigned to this BAA (Anita
Dale). Offerors must be aware that only a Contracting Officer can
obligate the Government to an agreement involving the expenditure of
Government funds. Separate abstracts should be submitted for each
system addressed. Abstracts will be evaluated as soon as they are
received. The initial screening will minimize unnecessary effort and
expense in proposal preparation and review. The NAVAIRWARCENWPNDIV will
notify within two (2) months of abstract receipt those offerors with
promising abstracts and invite submission of full technical and cost
proposals. Additional proposal preparation information will be provided
at that time. Such an invitation does not assure subsequent contract
award. TECHNICAL POC: For all technical inquiries the POC is Susan
DeMay, e-mail Susan_DeMay@CLPLGW.chinalake.navy.mil. ABSTRACT FORMAT:
Abstracts should conform to the following format and contain no more
than 10 pages: (a)title page -- clearly labeled "Proposal Abstract"
including the BAA points of contact along with telephone and facsimile
numbers, and signed by the authorized officer; (b)maximum three page
summary with an overview of the proposed technologies and/or concept
that includes a technical approach with a description of the results
expected from the project and how it will support the objectives of the
IMAD program; (c)statement of work -- clearly detailing the scope and
objectives of the effort; (d)one page containing a list of deliverables
associated with the effort and any GFM or Navy provided testing if any
portion of the effort is predicated upon the use of government owned
resources of any type; (e)estimated cost and schedule broken down by
fiscal year (fiscal year begins 1 October); (f)summary of any
proprietary claims to results, or systems developed in or supporting
this proposal; and (g)brief overview of previous qualifications,
accomplishments and work closely related to this effort. (END PART 1 OF
2) (0005) Loren Data Corp. http://www.ld.com (SYN# 0010 19980107\A-0010.SOL)
A - Research and Development Index Page
|
|