|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 2,1996 PSA#1732WL/MNK, 101 W. Eglin Blvd, Ste 337, Eglin AFB, FL 32542-6810 A -- HULL HYDROCODE RESEARCH AND DEVELOPMENT SOL MNK 97-009 POC
Contact Amy Spielman, Contracting Specialist, at (904) 882-2872, or
Jean Pulley, Contracting Officer, at (904) 882-2873. Research and
Development sources are being sought to provide developmental
applications of the HULL Hydrocode for Wright Laboratory, Armament
Directorate, Eglin AFB, FL. The contractor will be tasked with the HULL
code in the following areas: (1) expanding, modifying, and maintaining
the hydrocode on sponsor chosen computer facilities (current
requirement is for the Cray Y-MP and a Silicon Graphics System), (2)
exercising the code to model a wide variety of conventional warhead
designs and warhead/penetrator phenomena, (3) providing consultative
support in assessing conventional warhead designs and performing
warhead technology studies, (4) performing conventional warhead test
planning and data reduction, and (5) experimental testing at
contractor's facilities or sponsor's test range for the verification of
explosive and fracture models to be included in the hydrocode. The
testing and computational support must be performed locally. The
contractor will need sled test capabilities, and a bulk modules test
for live explosives. Expected task titles are as follows: (1) HULL
Hydrocode Maintenance, (2) High Explosive Research and Development
Support, (3) Hard Target Smart Fuze Support, (4) Development of EFP
Design and Control Criteria, and (5) Smart Submunition Design, (6)
Warhead Design, (7) Penetrator Case and Fuzewell Design. Models
incorporated into the code would first have to be tested on
contractor's test range facility or on sponsor provided facility on
Eglin AFB. Such experimental work must be addressed in the submittal of
particulars. Sources will be expected to: (1) possess a current license
of HULL or be willing to obtain one, (2) demonstrate capability to
maintain and apply HULL hydrocode using Eglin AFB facilities, (3)
demonstrate capabilities to modify existent HULL hydrocode by inclusion
of new model developments, code architecture (programming theory), or
altered equations in order to achieve acceptable performance in the
applications required, (4) demonstrate technical competence and
experience in the area of conventional warhead design through the use
of hydrocodes, models and techniques other than hydrocodes, and actual
testing and test data reduction, (5)possess 10 years experience in
problem-solving using HULL, and (6) explain in reasonable detail the
steps the technical contact will take to ensure efficient and quick
response to task managers needs. The anticipated contract will have a
duration of 3 years with 2 one-year options (total of 5 years). The
anticipated level of effort is 2 man years per year. SECRET security
clearances are required for contract performance. Firms having
applicable interest, capability and background should submit
particulars in accordance with Numbered Note 25 to WL/MNK, Eglin AFB FL
32542-6810, Attn: Amy M. Spielman. Firms will be evaluated on their
experience, personnel, and facilities. Responses to this synopsis must
be received within 15 days from date of publication. For further
information concerning technical aspects, contact, Mr. Greg Glenn,
Eglin AFB FL 32542-6810, (904) 882-4212. For contractual information
contact Amy M. Spielman or Melissa A. Straughn, WL/MNK, Eglin AFB FL
32542-5320, (904) 882-4294. Respondents to this notice will not be
notified of the results of the evaluation of information submitted.
This synopsis is for information and planning purposes only, does not
constitute an IFB or RFP, and is not to be construed as a commitment by
the Government. After statements of compatibility have been screened,
a solicitation will be issued to those prospective sources who, in the
sole judgment of the purchasing activity, have the potential of
successfully fulfilling the requirements of the planned contract. Firms
responding to this synopsis should state whether they are or are not a
small business concern or a small disadvantaged business concern as
defined in FAR 52.219-1 and FAR 52.219-2, respectively (Size standard
is 500, SIC Code 8731). The Air Force reserves the right to consider a
small business set-aside based on responses hereto. This requirement
may be pursued sole source if the Air Force determines that only one
source is capable of satisfying the requirements. An Ombudsman has been
appointed to hear concerns from offerors and potential offerors during
the proposal development phase of this acquisition. The purpose of the
Ombudsman is not to diminish the authority of the Contracting Officer,
but to communicate contractor concerns, issues, disagreements and
recommendations to the appropriate government personnel. All potential
offerors should use established channels to voice concerns before
resorting to the use of the Ombudsman. When requested, the Ombudsman
will maintain strict confidentiality as to the source of the concern.
The Ombudsman does not participate in the evaluation of proposals or in
the selection decision. Interested parties should direct all routine
communication concerning this acquisition to Amy M. Spielman, Contract
Specialist, E-Mail spielman@eglin.af.mil, (904) 882-4294, ext 3411, or
Melissa A. Straughn, Contract Specialist, E-Mail johnsma@eglin.af.mil,
(904) 882-4294, ext 3405, both at WL/MNK, 101 West Eglin Blvd, Ste
337, Eglin AFB FL 32542-6810. The telefax number is (904) 882-9599. The
Ombudsman should only be contacted with issues or problems that have
been previously brought to the attention of the contracting officer and
could not be satisfactorily resolved at that level. These serious
concerns only may be directed to the Ombudsman, Colonel Timothy R.
Kinney at (904) 882-9051. (0332) Loren Data Corp. http://www.ld.com (SYN# 0019 19961129\A-0019.SOL)
A - Research and Development Index Page
|
|