Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 24, 2009 FBO #2736
SOLICITATION NOTICE

A -- Enhanced Mass Flux Singlet Oxygen Generator

Notice Date
5/22/2009
 
Notice Type
Justification and Approval (J&A)
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL - Directed Energy Directorate, 2251 Maxwell Ave, Kirtland AFB, New Mexico, 87117
 
ZIP Code
87117
 
Solicitation Number
FA9451-09-C-0350
 
Archive Date
6/7/2009
 
Point of Contact
Barbara Steinbock, Phone: 505-846-2246, Stacey Halverson, Phone: 5058537282
 
E-Mail Address
barbara.steinbock@kirtland.af.mil, stacey.halverson@kirtland.af.mil
(barbara.steinbock@kirtland.af.mil, stacey.halverson@kirtland.af.mil)
 
Small Business Set-Aside
N/A
 
Award Number
FA9451-09-C-0350
 
Award Date
5/8/2009
 
Description
FULL AND OPEN COMPETITION I. Contracting Organization U.S. Air Force Research Laboratory, Philips Research Site, Kirtland AFB, New Mexico 87117-5773. Contracting Officer: Ms Barbara Steinbock. Contract Number FA9451-09-C-0350. II. Description of Action This acquisition is to temporarily provide an advanced, dynamic, singlet oxygen generator (SOG) that can provide a primary reactive zone in the SOG using aqueous mixed-base hydrogen peroxide (MHP) jets and a secondary reactive zone in the SOG using colder aqueous basic hydrogen peroxide (BHP) jets. The SOG should have a catch tank that can maintain separate degassing zones for each of the flow zones described with minimal cross-contamination between the two flow zones. The SOG must have injector orifice plates traceable to the current ABL SOG design and be capable of incorporating inlet reactive gas cross flows on the order of 3 - 5 moles/second. The SOG should also be completely dynamic in terms of being able to change the injection angles of the MHP and BHP flows, the location of the liquid layer at the bottom of the SOG, the location of the exit gas flow from the SOG, placement of gas/liquid separator vanes at the exit of the SOG, and the placement of internal SOG plates that will minimize pooling of MHP/BHP internally in the SOG and minimize any liquid streaming out of the SOG exit during the application of gas cross flow through the SOG. The SOG must also be able to incorporate enhanced orifice injector plate designs into the aqueous inlet regions of the SOG. In addition, there must be existing data from the dynamic SOG described above that indicates that it has stable jet operation in the two flow zones (primary and secondary) when operating at SOG pressures greater than 120 Torr and with gas cross flow velocities greater than 25 meters/second. Also, the SOG must be capable of using high mass flux cross flows that use chlorine gas. The SOG must be transportable, and be able to easily integrate into the Air Force Research Lab's Advanced COIL Test Stand (ACTS), located at Kirtland, AFB, New Mexico. The contractor should also be available to support integration of the SOG into the ACTS and be able to support laser tests using this advanced SOG as needed. STI Optronics, Bellevue, WA is the only known source based on their proprietary control of the underlying technology. III. Description of Supplies/Services Procure actively Enhanced Mass Flux Singlet Oxygen Generator (EMF SOG) with water vapor control (WVC) for reduced weight COIL. IV. Authority 10 USC 2304 (c)(1), as implemented by FAR 6.302-1(a)(2)(ii) V. Applicability of Authority STI Optronics designed the initial performance parameters of the enhanced mass flux SOG with water vapor control. As the only source, AFRL required STI's capability and their EMFSOG for integration into our well-characterized advanced COIL Test Stand (ACTS). This authority is applicable as we are continuing to develop our COIL requirements. VI.Efforts to Obtain Competition - A synopsis was posted 20 Feb 09 and no responses were received. AFRL will continue to look for sources to enhance competition. VII. Fair and Reasonable Costs Based on the evaluation provided by the project officer in his experience in this area, a determination of fair and reasonable can be determined. VIII. Market Research A synopsis was posted in the FedBizOps on 20 Feb 09. There were no responses to this synopsis. IX. Other Facts - N/A X. Interested Sources - N/A XI. Steps to Foster Competition If future purchases are required, all attempts will be made to attract competition. XII. Contracting Officer's Certification The Contracting Officer's signature on the Justification Review Document evidences that he/she has determined this document to be both accurate and complete to the best of his/her knowledge and belief. XIII. Technical/Requirements Personnel's Certification As evidenced by their signatures on the Justification Review Document, the technical and/or requirements personnel have certified that any supporting data contained herein, which is their responsibility is both accurate and complete.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLPLDED/FA9451-09-C-0350/listing.html)
 
Place of Performance
Address: STI OPTRONICS, INC, 2755 Northup Way, Bellevue, Washington, 98004-1495, United States
Zip Code: 98004-1495
 
Record
SN01825931-W 20090524/090522234852-b5c550e7edf08a644cda7bbde6b092ad (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.