The RFP Database
New business relationships start here

10KG Contained Detonation Test Chamber Sources Sought


Florida, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

SYNOPSIS:  The Department of Defense, United States Air Force (USAF), Air Force Materiel Command (AFMC), Air Force Test Center (AFTC) at Eglin Air Force Base is currently conducting market research seeking capabilities statements from potential sources, including small businesses (SB), 8(a), HUBZone, Economically Disadvantaged Woman-Owned (EDWOSB), Woman-Owned (WOSB), and Service Disabled Veteran Owned (SDVOSB) small businesses that are capable of performing the requirement described below. The draft statement of work (SOW) is available by request to DoD contractors certified under the Defense Logistic Agencies (DLA)'s Joint Certification Program (JCP).  Please submit your company CAGE code to establish your eligibility via email to the following points of contacts:  Capt Christina Jung at christina.jung@us.af.mil and 1Lt Turner Walton at turner.walton.1@us.af.mil.



The deliverables for this acquisition include the design, fabrication, testing/verification, and installation of a large optically accessible 10kg contained detonation chamber. The chamber will be installed at a research facility being designed for the Air Force Research Laboratory Munitions Directorate at Eglin AFB, FL. The primary mission of the contained detonation chamber is to enable repetitive, safe, well-controlled experiments detonating high explosives with TNT equivalence up to 10kg. The 10kg contained detonation chamber is intended to enable scientists and engineers to conduct precision experiments utilizing instrumentation in close proximity to detonating high explosives under test without endangering personnel or damaging equipment outside the chamber. The 10kg chamber will also allow researchers to carefully control the environment in which experiments are conducted. Important alternate environments where experiments may be conducted inside the 10kg contained detonation chamber include vacuum environments, non-ambient temperature environments, and reduced O2 environments. Examples of comparable operational contained detonation chambers can be found within the US Department of Energy (DOE) at Lawrence Livermore National Laboratory (LLNL) and Los Alamos National Laboratory (LANL).

Responses are requested to the following enumerated items to assess the capability of potential sources for this acquisition:




1) Please describe your organization's expertise and background in detonation and shock physics. (1 page)


2) Please describe how you would manage a program to design, build, test/verify, and deliver a 10kg contained detonation chamber. Please discuss how you would interact with the customer and whether you are willing to work closely with the customer and a third-party building design team to ensure that the chamber is fully-integrated into the test facility. Describe your organizational presence in the US and what portion of the design, fabrication, and testing would be conducted in the US. (2 pages)


3) Please describe your organization's ability to design a large contained detonation chamber for research and development. Please discuss your ability to deliver a design for full containment of blast and fragments. Please cite any relevant examples of previous detonation chambers that illustrate your organization's unique capabilities. Please explain your preferred design approach for new blast chambers. Please discuss the analytical and computational tools that would be used to model static and dynamic loading. Discuss how you model and design for blast loading and fragment impact. Please discuss your ability to design replaceable fragment protection for fragment hazards consistent with the guidance in Department of Defense Explosive Safety Board (DDESB) Technical Paper 16. (3 pages)


4) Please describe your experience and approach to design and integrate optical ports to withstand blast loading and fragment impact. (1 page)


5) Please describe your experience and approach to design a man-accessible chamber door able to withstand blast loading and fragment impact. (1 page)


6) Please describe your organization's ability to assess the maximum number of detonations that can be safely conducted inside a detonation chamber. Describe your ability to design a chamber for a lifecycle of 10,000 detonation events at 10kg TNT equivalence. Please discuss your ability to conduct fatigue analysis consistent with the ASME boiler and pressure vessel code. (1 page)


7) Please describe your organization's ability to source materials and fabricate a 10kg contained detonation chamber. Please describe where fabrication would be completed and discuss your quality assurance program. (1 page)


8) Please discuss your familiarity and experience certifying detonation chambers through the US Department of Defense Explosive Safety Board. Include whether or not you have access to the restricted (Distribution D) technical references in the secure section of the DDESB website (https://www.ddesb.pentagon.mil/) (e.g., DDESB Technical Paper 16). (1 page)


9) Please describe your ability to develop test plans and conduct experiments with explosives to validate and certify detonation chambers in accordance with US DDESB guidance (DoD Manual 6055.09-M, MIL-STD-398A, ASME BPVC, etc). Describe your ability to measure critical parameters such as blast pressure, impulse, strain, etc. (2 pages)


10) Please discuss your experience and abilities to generate an operation and repair manual for the contained detonation chamber as required by the DDESB. Discuss how you would develop inspection and maintenance requirements for the 10kg chamber. (1 page)

All interested vendors shall submit a response demonstrating their capabilities to meet the aforementioned requirements to the POCs listed.  Proposals are not being requested or accepted at this time.  As stipulated in FAR 15.201(e), responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract.  No solicitation (Request for Proposal) exists at this time; therefore, do not request a copy of the solicitation.  The decision to solicit for a contract shall be solely within the Government's discretion.



The NAICS code assigned to this acquisition is 541712, Research and Development in the Physical, Engineering, and Life Sciences (Except Biotechnology), with a size standard of 1000 persons.  Respondents should indicate their size in relation to this size standard and indicate socio-economic status (i.e. SB, 8(a), HUBZone, EDWOSB, WOSB, or SDVOSB).  Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled firm and any contemplated use of foreign national employees on this effort.  The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action.  All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract.  No set-aside decision has been made.  Note that a key factor in determining an acquisition to be a small business set aside is that small business prime contractors must perform at least 50% of the effort, as defined in FAR Clause 52.219-14.



Any information submitted by respondents to this sources sought is voluntary.  This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice.  Respondents will not be individually notified of the results of any Government assessments.  The Government's assessment of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small business, or any particular small business program. 



CAPABILITIES STATEMENT:  All interested U.S. vendors shall submit a capabilities statement that explicitly demonstrates their capability to provide/perform the requirement stated in this notice.  The capabilities statement should be brief and concise, yet clearly demonstrate an ability to meet the stated requirement.  The response must not exceed fourteen (14) pages and the following formatting is highly desired:  8.5" x 11" paper, 12 pitch, Times New Roman font, with a minimum of one (1) inch margins all around.  Responses should include the company name, CAGE code, point of contact, address, and phone number. 



Responses shall be submitted electronically to the following e-mail address: christina.jung@us.af.mil and turner.walton.1@us.af.mil.  All correspondence sent via email shall contain a subject line that reads "10 Kg Contained Detonation Test Chamber."  If this subject line is not included, the e-mail may not get through e-mail filters at Eglin AFB.  Filters are designed to delete emails without a subject or with a suspicious subject or attachment.  Attachments with files ending in .zip or .exe are not allowable and will be deleted.  Ensure only .pdf, .doc, .docx, .xsls, or .xls documents are attached to your email.  All other attachments may be deleted.  Package sizes greater than 5 megabytes is recommended to be submitted via the Army's Safe Access File Exchange, located at https://safe.amrdec.army.mil/safe/.    ;
 

All responsible sources may submit information that shall be considered by the agency.  If late information is received, it may be considered, depending on agency time constraints.  All routine communications regarding the announcement should be directed to the aforementioned points of contacts listed in this posting.  The Government may or may not use any responses to this sources sought as a basis for a subsequent project/requirement.  Any project/requirement developed from the sources sought responses may be the subject of a subsequent acquisition; any such subsequent acquisition will be posted in FedBizOpps.gov, separately.  Responses to this sources sought will not be returned.  The Government is under no obligation to acknowledge receipt of the information received, or provide feedback to the respondents with respect to any of the information submitted under this sources sought.  No proposal packages will be accepted as a solicitation does not exist at this time.  In order to protect the integrity of any possible future acquisition, no additional information will be provided and no appointments for presentations will be made in reference to this sources sought.  The only available document is the statement of work which will be provided upon request and after checking for an active joint certification program status. 



Only Government employees will review submitted responses to this sources sought.  Respondents are advised that employees of commercial firms under contract with the Government may be used to administratively process submissions and perform other administrative duties requiring access to other contractor's proprietary information.  These administrative support contractors include nondisclosure agreements prohibiting their contractor employees from disclosing any information submitted by other contractors or using such information for any purpose other than that for which it was furnished.



RESPONSES ARE DUE NO LATER THAN 3:00 P.M. (CST) ON 23 JANUARY 2017.  Direct all questions concerning this requirement to the following POCs:  1Lt Turner Walton at turner.walton.1@us.af.mil and Capt Christina Jung at christina.jung@us.af.mil.


The content of this sources sought is:  DISTRIBUTION STATEMENT A.  Approved for public release.  Distribution is unlimited.


Christina J. Jung, Contracting Officer, Phone 8508820159, Email christina.jung@us.af.mil - Turner Walton, Contract Specialist, Phone 8508825169, Email turner.walton.1@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP