Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JULY 10, 2001 PSA #2889
SOLICITATIONS

H -- BALLISTIC TESTING SERVICES

Notice Date
July 6, 2001
Contracting Office
U.S. Army Robert Morris Acquisition Center Natick, ATTN: AMSSB-ACN, Natick, MA 01760-5011
ZIP Code
01760-5011
Solicitation Number
W13G07-1079-2021
Response Due
July 17, 2001
Point of Contact
James H. Kane (508) 233-5922
E-Mail Address
Click here to contact James Kane (james.kane@natick.army.mil)
Description
The Ballistic Material Research and Development Team at The U.S. Army Natick Soldier Systems Center located at the U.S. Army Soldier And Biological and Chemical Command, Natick, MA, intends to conduct negotiations with H.P. White Laboratory, Inc., 3114 Scarboro Road Street, Maryland 21154 on an other than full and open competition basis for Ballistic Testing Services. H.P. White Laboratory, Inc. possesses the facilities and have the personnel, equipment and capabilities to conduct ballistic testing performed as part of the ongoing research and development program for personnel armor. The objective is to provide ballistic performance data on samples supplied by the government as government furnished property. Testing will be performed in accordance with procedures specified below on developmental armor samples, prototype armor items, and fielded armor items. This testing will support armor research and development programs at the Natick Soldier Center. The Contractor shall furnish all labor, materials and equipment necessary, exclusive of ballistic samples (GFP) to perform ballistic tests in accordance with the following: a) MIL-STD-662E (V50); b) National Institute of Justice (NIL) standard 0101.03 and/or 0101.04 methodology; c) using fragment simulators with measurements of striking and residual velocity (VS-VR); d) using government furnished projectiles, and/or; e) other Natick specified evaluations (e.g. high speed video, flash x-ray) on Government Furnished Property (ballistic test panels or ballistic protective equipment). The government shall label each sample and provide specific instructions for the tests to be conducted; and, clearly indicate the requirement for either a single sample or a sample set. Approximately 200 ballistic tests are expected to be ordered which may include: a) 150 V50 ballistic limit evaluation; b)40 VS-VR evaluations, and; c) 10 NIJ level IIIa, III or IV type tests. The period of performance for these ballistic tests is twelve-months after award of purchase order. The contractor will provide a written report within 10 days after completing each evaluation or set of evaluations. Projectiles to be used for testing may include but are not limited to: 2-, 4-, 16-, and 64-grain right circular cylinder fragment simulators, 17-grain fragment simulating projectiles, 1.0-grain sphere, 5.56 x 45 M193, 5.56 x 45 M855, 7.62 x 39 M1943 type PS, 7.62 x 51 M80, and 7.62 x 63 APM2 rifle rounds. A bullet audit may be requested for handgun or rifle projectile. Audit will consist of a sampling of up to thirty projectiles from the same lots. Sampling will include weight of complete projectile and sectioning of at least 10 of these projectiles to determine weight of jacket alone and, where applicable, weight and hardness of steel core. If requested, audited rounds will be provided to the government in addition to the audit report. The contractor shall perform sample conditioning prior to testing. This will consist of Water-ambient temperature, 2-24 hours; Salt Water-ambient temperature, 2-24 hours; Hot Temperature-up to 170 degrees F, 2-24 hours; Cold Temperature-0 to 60 degrees F, 2-24 hours. See Note 22.
Web Link
Click here to access the Natcik Acquisition Center (http://www3.natick.army.mil)
Record
Loren Data Corp. 20010710/HSOL004.HTM (W-187 SN50R0R6)

H - Quality Control, Testing and Inspection Services Index  |  Issue Index |
Created on July 6, 2001 by Loren Data Corp. -- info@ld.com