Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 02, 2020 SAM #6699
SPECIAL NOTICE

A -- Solid Fuel Ramjet Propulsion Manufacture/Test

Notice Date
3/31/2020 2:03:20 PM
 
Notice Type
Special Notice
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
NAVAL AIR WARFARE CENTER CHINA LAKE CA 93555-6018 USA
 
ZIP Code
93555-6018
 
Solicitation Number
N6893620R0104
 
Response Due
4/7/2020 4:00:00 PM
 
Archive Date
04/07/2021
 
Point of Contact
Patrick Popescu, Phone: 7609391132, Melinda Childs, Phone: 7609391932
 
E-Mail Address
patrick.popescu@navy.mil, melinda.childs@navy.mil
(patrick.popescu@navy.mil, melinda.childs@navy.mil)
 
Description
*DETAILED DESCRIPTION�� (for detailed guidance, see last page of this document) (Remove all CUI from the description) This announcement constitutes an RFI notice for planning purposes.� This is NOT a Request for Proposal (RFP).� NO SOLICITATION DOCUMENTS EXIST AT THIS TIME. CONTENT OF RFI RESPONSE The Naval Air Warfare Center Weapons Division (NAWCWD), China Lake California is currently designing a Solid Fuel Ramjet (SFRJ) propulsion section including SFRJ fuel grain and Integral Rocket Booster (IRB) in support of an ongoing demonstration program. NAWCWD is currently seeking out Propulsion vendors for transitioning the Government designed propulsion section and continuing development through heavy weight and flight weight manufacturing, inspection, and testing. NAWCWD will be requesting support with hardware manufacturing, case insulation, SFRJ fuel and IRB casting, motor inspection (hot/ambient/cold temperature), and testing (hot/ambient/cold temperature). Final flight weight propulsion units will be provided to the Government for integration into flight hardware at a location TBD. The government will define the SFRJ/IRB propulsion section volume and interfaces (forward port cover, bypass port cover, SFRJ nozzle, and ejectable IRB nozzle). The propulsion section shall be approximately 16 inches in diameter and 106 inches long. The approximate IRB propellant weight is 476 lb. An aluminized propellant is desired with a burn rate requirement of ~0.3 in/s at 1000 psi. The approximate SFRJ fuel weight is 350.81 lb. An SFRJ fuel containing boron is desired with the maximum possible energy density. IRB igniter design, manufacturing, and testing may be required as part of the proposal execution. ~~~ To consider the appropriateness of each candidate response, certain data documenting the technology, design, performance characteristics and associated costs are desired. The configuration of a proposed solution does not necessarily need to be the final end-state configuration (i.e., proposed solutions may be improved over time). GENERAL SPECIFICATIONS The propulsion section shall be designed to be compatible with the Government defined interfaces. The propulsion section shall have positive static and ignition structural margins at 120 and -65 degrees F The propulsion section shall have IRB tailoff within 1 second to facilitate SFRJ transition. The propulsion section shall be designed to withstand a booster maximum expected operating pressure of 2000 psi for a minimum operation time of 8 seconds (or the actual booster burn time). The case must be able to withstand 45 psi operating pressure during up to 1000 seconds of ramjet operation. The propulsion section motor case specifications are dependent on the test asset being defined. Heavy weight propulsion section motor cases shall be designed and defined by the Government with vendor review prior to manufacturing/procurement at Government or vendor facilities depending on capabilities. Flight weight propulsion section motor cases shall be manufactured/procured by the Government prior to delivery to vendor. The vendor shall prepare and test quality assurance samples with each propulsion section manufacturing event. Samples shall include fuel and propellant and must be representative of the samples used for full mechanical, ballistics, and thermal characterization of the materials. The propulsion section shall be insulated according to Government defined requirements. The IRB igniter shall use a high voltage initiator such as a low energy exploding foil initiator (LEEFI) compatible with NAWCWD universal firing system. The propulsion section shall be temperature conditioned to -65 degrees F for enough time so the entire fuel and propellant grains reach steady state temperature and be fully X-Ray/CT inspected. Ability to thermally cycle from ambient to cold may be requested to evaluate bondline integrity. Up to six heavy weight and four flight weight propulsion sections shall be static fired after being subjected to Government defined environments (shock/vibe, temperature conditioning at 120 and ?65 degrees F, etc.). Vendor shall deliver up to six additional filled flight weight propulsion sections to Government defined location to support free-jet and flight hardware assembly. The vendor shall have in-house capability to support non-destructive inspection including, hydrostatic testing, x-ray inspection or CT scanning, thermal conditioning cycling, and static firing. The vendor shall identify in house machining capabilities/capacity. The vendor shall identify in house vibration and shock testing capabilities. The vendor shall identify availability and origin of long lead and critical materials to include but not limited to energetic components, boron (include purity specification), fuel additives etc. to support manufacturing up to 10 propulsion sections (six heavy weight and four flight weight). Data rights: The vendor shall identify the incorporation of technology that precludes Government Purpose Rights to designs and data generated. The vendor shall identify top level performance impact associated with maintaining Government Purpose Rights instead of incorporating vendor IP. The vendor shall detail the level of experience with SFRJ propulsion (fuel development, fuel/IRB bonding, boron treatment, and manufacturing). Response information of interest is indicated, but not limited to, in the following questions. QUESTIONS TO INDUSTRY Do you have experience with SFRJ propulsion? If so, please describe level of experience with: Mix/cast of SFRJ fuel containing boron SFRJ fuel/IRB propellant bonding Ramjet insulation (DC-93-104) application and bonding SFRJ-IRB grain structural analysis RESPONSE SUBMITTAL INSTRUCTIONS Any questions in reference to this RFI shall be submitted electronically to Patrick Popescu at Patrick.Popescu@navy.mil and Melinda.Childs@navy.mil. All responses submitted must specify on the cover page of the response or in the transmittal letter submitted with the response, the business size/status of the organization (i.e., large business, small business, certified 8(a) concern, veteran-owned, hub zone, women-owned, etc.). Small businesses that possess the required capability are encouraged to submit responses to this notice. �������������������������������������������������������������������������������������������� Interested parties should respond to the RFI with the requested data and the POC to contact for any necessary clarification or additional data required by the analysis. The Government does not anticipate that a comprehensive response to this RFI will contain CLASSIFIED information. To the extent practical, responses should be UNCLASSIFIED, complemented by CLASSIFIED appendices if necessary. If a CLASSIFIED response is required, contact the POC for further instruction. This RFI is issued for determining market interest, feasibility, and capability of sources and does not constitute an Invitation for Bids (IFB), a Request for Proposals (RFP), a Request for Quotes (RFQ) or an indication that the Government will contract for any of the items and/or services contained in this notice.� Responses to this RFI will not be returned.� The Government is only seeking possible sources and current capabilities for informational purposes.� No solicitation document exists.� No reimbursement will be made to respondents for any costs incurred in developing information for, participating in meetings with, or engaging in discussion with the Government in response to this announcement or any follow-up information requests. Information contained herein is based on the best information available at the time of publication, is subject to revision, and is not binding upon the Government. Availability of any formal solicitation will be announced under a separate Federal Business Opportunities announcement. Contractors must be certified through Defense Logistics Information Services (DLIS) in order to access Controlled Unclassified Information within FBO.� See the DLIS website for registration details: https://public.logisticsinformationservice.dla.mil/jcp/search.aspx Going forward, all new entities registering in GSA's System for Award Management (SAM), as well as existing registrations being updated or renewed, will require the submission of an original, signed notarized letter identifying the authorized Entity Administrator for the entity associated with the Data Universal Numbering System (DUNS) number.� Effective June 11, 2018, entities who create or update their registration in SAM.gov to apply only for federal assistance opportunities such as grants, loans, and other financial assistance programs, have a notarized letter on file within 30 days of registration.� Additionally, Effective June 29, 2018, all non-Federal entities who create or update their registration in SAM.gov, have a notarized letter on file within 30 days of registration.� It is recommended that all interested parties be aware that processing this additional information may take several days and are proactive in maintaining the SAM registrations in an ""Active"" status as the government cannot award to an entity without an ""Active"" SAM registration.� More information can be found at www.gsa.gov/samupdate.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/5e63b84462e84438b1f6050804ad1328/view)
 
Record
SN05605384-F 20200402/200331230145 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.