COMMERCE BUSINESS DAILY ISSUE OF JANUARY 22, 2001 PSA #2771
SOLICITATIONS
A -- PORTABLE CONTAINED DETONATION SYSTEM
- Notice Date
- January 18, 2001
- Contracting Office
- Crane Division, Naval Surface Warfare Center, Code 1162 Bldg 2521, 300 Highway 361, Crane, Indiana 47522-5001
- ZIP Code
- 47522-5001
- Solicitation Number
- N00164-01-R-0031
- Response Due
- March 31, 2001
- Point of Contact
- Ms. Ellen Jarosz, Contract Specialist, 812-854-5315, FAX 812-854-5666 (Mr. S. Bingham, Contracting Officer)
- E-Mail Address
- Click here to contact the Contracting Officer via (jarosz_e@crane.navy.mil)
- Description
- The Crane Division, Naval Surface Warfare Center, in support of the U.S. Army Defense Ammunition Center, Joint Demilitarization Technology Program is soliciting research proposals using a Broad Agency Announcement (BAA). The BAA is for the demonstration and optimization of transportable contained detonation technology. The transportable state-of-the-art detonation systems shall 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 local safety and environmental regulations. The unit shall be capable of processing 155mm projectiles. The contained detonation system shall be modular in design such that the chamber is transported on a standard 40-ft trailer and the air pollution control unit and other components are transported on the same trailer or a second trailer. The transportable contained detonation technology shall be validated by testing the prototype chamber(s) at government facilities. Sufficient types and quantities of energetic material/munitions shall be processed in order to validate the acceptability of the transportable system for destroying unserviceable, obsolete and excess military energetic materials and munitions in a safe and cost effective process. The energetic material and munitions will be provided as GFM at the Government activity. The result of the proposed effort will be a capability to field advanced transportable contained detonation units that are highly cost effective with very low technical risk. The research will be conducted to support the development of a system capable of contained detonation of a suite of energetic materials and munitions that are currently demilitarized by OB/OD or munitions for which there is no current capability for demilitarization, while at the same time, controlling air and noise pollution. The objective is to field a unit that can be moved from activity to activity to demilitarize those items that present problems in shipping and at activities which do not generate large quantities of items requiring a stationary detonation chamber. This is planned as a 5-phase effort. Phase I The contractor will design, construct and demonstrate the capability to contain fragmentation and control blast overpressures in a transportable contained detonation chamber. The contractor shall provide information on the design and operation of the system such that safety and environmental regulatory approval can be obtained to site and operate the unit. A Standard Operating Procedure (SOP) is required for the items to be tested in the detonation units. The demonstration test shall be conducted at Naval Surface Warfare Center Crane and shall include a comprehensive characterization of the detonation event, including measurements and analyses of heat, shock, overpressure and structure stress. The contractor will then determine the optimized configuration for the munition items selected for the environmental testing. The contractor shall prepare a Phase I final report. Phase II The contractor will perform a complete characterization of the environmental impact of the detonation event including measurements and analyses of emissions (solid, liquid, gas and noise). Source emission testing will be performed to determine compliance with environmental regulations. At a minimum, source particulate, toxic metals and gaseous pollutants will be monitored including CO, CO2, NOx, SO2, total hydrocarbons and explosives. TCLP testing will be performed on any residue on the recovered scrap metal, chamber walls, any shock absorbent material used in the chamber and on residue scrubbed from the exhaust by the air pollution control equipment. The contractor shall prepare a Phase II final report. Phase III Upon the successful completion of Phase II, the system will be moved to McAlester Army Ammunition Plant to validate the performance of the unit. The preparation of the system for movement, transport and setup of the system will be evaluated to determine the degree of difficulty and cost associated with disassembly, transporting and reassembling the unit. Tests will be performed to optimize the detonation of selected workload items for that activity. The contractor shall prepare a Phase III final report. Phase IV -- If the regulatory agencies do not accept the source emission data generated during the previous testing, emission testing will be performed in accordance with local or state requirements. The contractor will prepare a Phase IV final report. (Phase IV costing must be submitted with the proposal, but may not be required.) Phase V -- Based on the results in the Phase I, II, III and IV efforts, the contractor shall prepare a comprehensive documentation package of standardized procedures including: setup and disassembly of transportable detonation chamber, test protocol, process certification for various munitions, training manual, operating and maintenance manual, safety documentation and SOP's. The contractor will also provide operator training for government personnel. The total program is planned as a 36 month effort. Requests for a complete BAA package may be address to Ms. Ellen Jarosz, telephone 812-854-5315, fax 812-854-5666 or send a request via e-mail to jarosz_e@crane.navy.mil (e-mail is preferred). Complete mailing address is : Ms. Ellen Jarosz, Code 1162NZ Bldg. 64, NSWC Crane, 300 Highway 361, Crane IN 47522-5001. The BAA package will be posted on the NSWC web site http://www.crane.navy.mil/supply/announce.htm. It is anticipated that all proposals will be required on or about March 31, 2001. All responsible sources may submit a proposal which shall be considered. See Numbered Note 26. (Mr. S. Bingham, Contracting Officer.
- Web Link
- Click here to review Crane Division Acquisition Department (http://www.crane.navy.mil/supply/announce.htm)
- Record
- Loren Data Corp. 20010122/ASOL017.HTM (W-018 SN50B2A2)
| A - Research and Development Index
|
Issue Index |
Created on January 18, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|