SOLICITATION NOTICE
D -- Rocket Propellant Engines Software
- Notice Date
- 11/4/2010
- Notice Type
- Presolicitation
- Contracting Office
- US Army, Army Contracting Command, Joint Munitions and Lethality (JM&L) Contracting Center, Picatinny Arsenal, New Jersey 07806-5000
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN-11-T-D002
- Response Due
- 11/19/2010
- Archive Date
- 11/19/2011
- Point of Contact
- Philip Johnson, Contract Specialist, (973)724-0000
- E-Mail Address
-
Philip Johnson
(philip.j.johnson2@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The Army Contracting Command, Joint Munitions & Lethality Contracting Center, Joint Armaments Center, on behalf of the US Army Armament Research Development and Engineering Center (ARDEC), Picatinny Arsenal, NJ 07806-5000, is interested in establishing Blanket Purchase Agreements (BPAs) with companies capable of providing solid rocket propellant performance modeling and simulation software to include upgrades, maintenance and engineering support. The software shall be able to model solid propellant rocket motors and nozzle performance, where the nozzle performance predictions consider at a minimum combustion chamber losses, boundary layer losses, chemical kinetics losses, particle losses and divergence losses. The software shall have grain design modules for 2-D, axisymetric, and 3-D grain design. The software shall contain interior ballistics modules to define burn rates, motor surface area and port areas. At a minimum the software shall be capable of calculating ideal nozzle performance, finite rate gas phase chemistry, calculation of ionic species, support dual propellant grains, and time dependent ignition models. The software shall interface with JANNAF standard plume code SPF3 Version 3.2 or higher. The software, including all features, shall run on a PC with the Windows VISTA operating system. The software shall run as a stand-alone application without requiring any third party software, excepting the computer operating system and Microsoft VISTA. This notice is open to all business concerns; however, the government intends to evaluate and award BPAs to small business concerns. In the event that there are not enough responses from small businesses the government will consider awarding to large business concerns. The Government may enter into one or multiple Blanket Purchase Agreements as a result of this notice. Firms/companies are invited to indicate their interests and capabilities by providing specifications, brochures, manuals, reports, information pertaining to experience on previous contracts for similar supplies/services and other technical data. All information is to be submitted via e-mail (10MB limit) at no cost or obligation to the Government; information provided will not be returned. All responses shall be in the English Language. Responses shall also indicate the size of the business entity; large or small business and indicate which of the technical areas(s) you are addressing in your submission. Please provide name of your firm, address, POC, phone/fax number, and email address. TELEPHONE INQUIRIES WILL NOT BE ACCEPTED. The Government will accept written questions by email only. Interested firms are encouraged to submit their capabilities / qualification data NO LATER THAN November 19, 2010. Submittals and questions should be directed to the following point of contact: US Army Contracting Command, Attn. Philip Johnson, CCJM-JA, Bldg. 10, Picatinny, NJ 07806-5000, email Philip.j.johnson2@us.army.mil. The Government will not be issuing a formal Request for Proposal (RFP) because this announcement will result in Blanket Purchase Agreement(s). In addition, the Government does not intend to pay for any information provided under this notice. The Government is not obligated to notify respondents of the results of this notice. All interested and potential firms must be registered in CCR, and current firms must update once a year to maintain active status. Please visit the CCR website to register and update, https://www.bpn.gov/ccr/default.aspx. Whether applying for assistance awards, contracts, or other business opportunities, all entities are considered "registrants". Registration in no way guarantees that a contract or assistance award will be awarded. The following information is required to register in CCR: DUNS Number; Tax Identification Number (TIN) and Taxpayers Name; Statistical Information about your business; and Electronic Funds Transfer (EFT) Information. Once a business has been registered in CCR, it can then register in ORCA, https://orca.bpn.gov/.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/cb5d816b12843115b13835bbb2471fe0)
- Record
- SN02322839-W 20101106/101104234438-cb5d816b12843115b13835bbb2471fe0 (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 |