Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 04, 2018 FBO #6006
SOLICITATION NOTICE

66 -- Ballistic Testing Assembly (BTA) to include a fixed target, mobile catch tank, gas gun system, powder gun firing system, gas gun barrels, and all required mounting and hardware for the guns - COMBO SYNOPSIS SOLICITATION - PROVISIONS AND CLAUSES - FULL TEXT - SALIENT CHARACTERISTICS

Notice Date
5/2/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W911QX) Adelphi, 2800 Powder Mill Road, Building 601, Adelphi, Maryland, 20783-1197, United States
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-18-R-0014
 
Archive Date
6/17/2018
 
Point of Contact
AARON C. SABINO, Phone: 3013943374, Nathaniel Drake, Phone: (301) 394-0261
 
E-Mail Address
aaron.c.sabino.civ@mail.mil, nathaniel.s.drake.ctr@mail.mil
(aaron.c.sabino.civ@mail.mil, nathaniel.s.drake.ctr@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
SALIENT CHARACTERISTICS PROVISIONS AND CLAUSES - FULL TEXT COMBO SYNOPSIS SOLICITATION The Lethal Mechanisms Branch, Weapons and Materials Research Directorate (WMRD) of The Army Research Laboratory (ARL) requires one (1) ballistic testing assembly (BTA) that meets the follows minimum specifications: 1. ARL has provided below general specifications; however, equipment source must have background expertise in projectile package design, gas/powder launcher design/manufacturing/performance, ballistic test tank design, facility operation and planning, integration of diagnostic instrumentation and analysis. The contractor shall provide static testing data at the maximum design pressures operation with appropriate safety factors and shall provide this test data to the government. The contractor shall provide additional certification data on the high pressure gas gun firing system components and instructions for periodic inspection required for continued operation. 2. The BTA shall consist of a minimum of a fixed target, mobile catch tank, gas gun system, powder gun firing system, gas gun barrel(s) and all required mounting and hardware for the guns. The overall length of the system shall be less than 209" (inches) which allows this system to fit in a 281" x 301" long room with a 36" egress space around all sides. a. Target chamber specifications i. The target chamber shall be 24-28 inches (") in diameter with an inlet port for the gas/powder guns and up to 15 removable ports for external high rate diagnostics including flash X-ray sources, flash X-ray detectors and high speed cameras. ii. The target tank shall include a mounting plate that allows for positioning of flash X-ray sources at a distance of up to two (2) feet from the barrel axis. The mounting plate shall allow rigid mounting and precise alignment of the flash X-ray heads at a common distance from the axis of the gun barrel. iii. The removable ports shall have a rectangular cross-section with mounting hardware and the contractor shall supply two (2) sets of removable plates for each target tank port. iv. The target tank shall be 28" to 32" in length. v. The target tank shall include provisions to mount an aluminum bread board on the muzzle end of the target tank with a uniform ½" thickness and ¼-20 tapped holes spaced on a ½" uniform spacing. vi. The target tank shall operate at 0.1 millitorr (mTorr) of vacuum vii. The target tank shall be attached to rail assembly and mounts for easy installation and alignment of the gas or powder guns on the center axis of the target tank. b. Catch Tank specifications i. The catch tank shall be removable from the target tank and shall be sized appropriately to ensure safe operation during dynamic firing. ii. The catch tank shall include steel plate(s) to catch and stop the residual projectiles fired directly along the axis of the gun. These plates shall be capable of stopping a 50 caliber armor piercing round fired at one (1) kilometer per second (km/s). iii. The catch tank shall include a control system and all hardware for remote evacuation and ventilation to the outside. The contractor shall provide specifications for the roof or wall ventilation ports for the associated laboratory. iv. The catch tank shall be set on a roller or guide set-up that allows for easy alignment with the target tank described in Section 2. 3. The contractor shall supply two (2) each of Gas Gun Firing Systems meeting the following specifications: a. Gas booster system shall deliver gas at up to ten (10) thousand pounds per square inch (ksi) to a gas gun barrel b. Each gas gun firing system shall be provided with a gas accumulator and fast acting valve rated and certified for operation at up to ten (10) ksi. c. Gas handling/control system shall remotely fill, fire and vent the gas gun and tank assemblies. d. System shall be designed to launch an eight (8) gram (g)ull bore projectile from a 0.300" barrel at a velocity range of from a 0.1-1 km/s. 4. The contractor shall supply gas gun barrels meeting the following specifications: a. The gas gun barrels shall be compatible with the gas gun firing system described in Section 3 above. b. Gas gun barrels shall include muzzle end velocity measurement using laser interrupt. The laser interrupt system shall include four (4) each clear through holes through the muzzle or through a muzzle extension that are drill normal to the axis of the gun. c. The contractor shall supply one (1) each of a 0.300" bore single stage gas gun barrel designed for an eight (8)g full bore projectile to be fired at a velocity of up to one (1) km/s d. The contractor shall supply one (1) each of 0.500" bore single-stage gas barrel gun with an equivalent design length as found in Section 4c designed to operate at an eight (8) ksi peak pressure. e. The contractor shall provide an option for one (1) each of 0.170" bore single-stage gas barrel gun designed to operate at a 10 ksi peak pressure f. The contract shall provide an option for one (1) each of 0.220" bore single-stage gas barrel gun designed to operate at a ten (10) ksi peak pressure. 5. The contractor shall supply powder systems consisting of the barrel, a screw on breech assembly, firing solenoid and hardware for remote firing meeting the following specifications: a. The powder gun barrels shall include muzzle end velocity measurement using laser interrupt. The laser interrupt system shall include four (4) each clear through holes through the muzzle or through a muzzle extension that are drill normal to the axis of the gun. Propellant guns shall be three (3) each of in-bore optical triggering ports. b. The powder gun breech assembly shall screw onto the powder gun assembly and shall be fitted with a port for pressure measurement at the cartridge case or case mouth. c. The contractor shall supply one 0.300" smooth bore gun that is six (6) feet (ft) long that is capable of firing an eight (8)g full bore projectile at two (2) km/s. d. The contractor shall supply one (1) 0.500" smooth bore gun that is six (6) feet (ft) long that is capable of firing an 20 g full bore projectile at 1.9 km/s. 6. One (1) each of target alignment assembly for shock Hugoniot measurements. 7. Contractor and all associated sub-contractors employees shall provide all information required for background checks to meet installation access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security Office. Contractor workforce must comply with all personal identity verification requirements (FAR clause 52.204.9, Personal Identify Verification of Contractor Personnel) as directed by DoD, HQDA and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in contractor security matters or processes. 8. Contractor and all associated sub-contractors employees shall comply with adjudication standards and procedures using the National Crime Information Center Interstate Identification Index (NCIC-III) and Terrorist Screening Database (TSDB) (Army Directive 2014-05/AR 190-13), applicable installation, facility and area commander installation/facility access and local Security policies and procedures (provided by Government Representative), or, at OCONUS locations, in accordance with status of forces agreements and other theater regulations. 9. On-site installation, demonstration and training.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c3475acd2bb2da62bfd82b08056cb644)
 
Place of Performance
Address: Aberdeen Proving Ground, 6375 Johnson Road, ABERDEEN PROVING GROUND, Maryland, 21005, United States
Zip Code: 21005
 
Record
SN04909037-W 20180504/180502231448-c3475acd2bb2da62bfd82b08056cb644 (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.