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