Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 1,1998 PSA#2106

Crane Division, Naval Surface Warfare Center, Code 1164, 300 Highway 361, Crane, In 47522-5001

A -- RESEARCH AND DEVELOPMENT SOL N00164-97-R-0105 DUE 073098 POC Ms. Hilda Quillen, Procurement Techician, Code 1164EJ,. telephone 812-854-2422, fax 812-854-5666, e-mail quillen_h@crane.navy.mil WEB: Naval Surface Warfare Center, Crane Divison, www.crane.navy.mil. RESEARCH AND DEVELOPMENT 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). The BAA is for the demonstration and optimization of contained detonation technology in both stationary and transportable applications. These systems should be capable of repeatable contained detonations of various military energetic materials and munitions such as 105MM HE projectiles. These state-of-the-art systems should be capable of containing all fragmentation, control blast over pressures, and meet emission standards (solid, liquid, gas and noise) in accordance with DoD safety standards and Federal, State and local environmental regulations. Disposition of any residual material will be handled in accordance with safety and environmental regulations. The contained detonation systems shall be validated by testing prototype chambers at government facilities. Sufficient types and quantities of energetic material/munitions shall be processed in order to validate the acceptability of the contained detonation systems to effectively and efficiently destroy the unserviceable, obsolete and excess military energetic materials and munitions. These energetic materials and munitions will be provided as GFM. The result of the proposed effort will be a capability to cost effectively field the most advanced contained detonation units with very low technical risk. This effort is planned as a three phase effort: Phase I -- This will be the initial demonstration/testing of the transportable contained detonation unit at a designated DoD facility. In addition, existing stationary off-the-shelf technology will be optimized with improved fragmentation containment and pollution abatement systems and demonstrated at designated DoD facilities. During the Phase I effort the contractor shall test the units on a HE fragmentation producing munitions containing a minimum of 5 pounds of Net Explosive Weight (NEW). The contractor shall demonstrate the capability to contain fragmentation and control blast overpressures/shock during the process. The demonstration test should include a comprehensive characterization of the impact of the detonation event to include the measurement and analysis of emissions (solid, liquid, gas, and noise), heat, shock and overpressure. This measurement and analysis section of the proposal should be listed separately as it may be provided to the contractor as GFI. The contractor shall provide information on the design and operation of the units 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 units. Phase II -- Based on successful testing during the Phase I program, the contractor shall evaluate and demonstrate the contained detonation of a suite of munitions items at the designated DoD facilities. The following MIDAS Families areto be considered for testing during the Phase II development program: HI (ICM projectiles and components), HZ (anti-personnel/tank mines), HA (submunition grenades/bomblets), HG (grenades), HM (tactical missiles), HR (high explosive rockets), HC (high explosive cartridges) SC/PD (CADS/PADS), SF (fuzes), HE (bulk explosives) and other HE components. The same procedures and testing shall be followed during the Phase II as was followed during the Phase I. 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 units will be provided by the Contractor. Phase III -- Based on the results in the Phase I and Phase II Program, the contractor shall prepare a comprehensive documentation package of standardized procedures including test protocol, process certification for various munitions, training manual, operation and maintenance manual, safety documentation, and SOPs. An interested offeror may propose on the transportable unit, the stationary unit, or both. The total program is planned as a 12 to 18 month effort. It is anticipated that a minimum of $4M will be awarded under the BAA. POC for information regarding this requirement is Ms. Hilda Quillen, telephone 812-854-2422, fax 812-854-5666, or e-mail quillen_h@crane.navy.mil; e-mail requests are preferred. The BAA will also be posted on the NSWC Crane web site at http://www.crane.navy.mil. Hard copies of the BAA Information Pamphlet will not be provided. See Numbered Note 26. All responsible offerors may submit an offer which shall be considered by the agency. (0148)

Loren Data Corp. http://www.ld.com (SYN# 0009 19980601\A-0009.SOL)


A - Research and Development Index Page