Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 18, 2004 FBO #0874
SOURCES SOUGHT

H -- Ballistic Testing Services

Notice Date
4/16/2004
 
Notice Type
Sources Sought
 
Contracting Office
US Army ARDEC, AMSTA-AR-PC, Picatinny Arsenal, New Jersey 07806-5000
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-04-X-0606
 
Response Due
5/3/2004
 
Point of Contact
Kendra Archbald, Contract Specialist, (973)724-3871
 
E-Mail Address
Email your questions to Kendra Archbald
(archbald@pica.army.mil)
 
Description
The US Army, TACOM-Picatinny, at Picatinny Arsenal, NJ is conducting a Market Survey to identify potential sources to provide ballistic testing services for the firing of modified electrical initiating explosive device/propulsion systems and mortar warhead munitions from modified launch tubes. It is requested that the facility be able to support a variety of utility services involving machining and fabrication, pneumatic systems measurement and control, explosive loading, handling and test, electronic, computer and digital media imaging and analysis, electro-mechanical device assembly, inspect and handling and test. In addition to the ballistic test of modified mortar weapon system, testing services requested require the capacity to conduct tests of high rate of fire weapons while the weapon is in motion and in the azimuth plane. Test procedures maintained by the facility must afford the ability to remotely trigger this weapon. The test services require that the facility demonstrate the capacity to obtain and test foreign made shoulder launch munitions of the rocket propelled grenade (RPG), in particular, the RPG-& and RPF-7M. Facility test procedures must afford the ability to perform accurate aiming to place munitions within acceptable radial dispersion at engagement point when launched opposed to subject mortar munitions and/or high rate of fire weapons. To support the subject testing, the facility must demonstrate the capacity to obtain explosives and conduct explosive loading operations to modified mortar warhead bodies. The facility must retain the capacity to receive, modify, assemble, troubleshoot and ballistic test electric initiated devices and electromechanical fuzing systems. Further, the facility must be able to obtain 7.62mm ammunition and receive high rate of fire weapons and maintain it in accordance with requirements of Class 4 certification of Arms, Ammunition and Explosives. The facility is requested to provide the UIC number indicating that its Class 4 Certification is current. Conventional interior ballistic measurements are required, i.e., ignition function time, gun tube pressure as measured by self-exciting pressure transducer, fuze initiation time, munitions muzzle exit time and velocity. The facility is required to demonstrate the ability to provide a multitude of high-speed data acquisitions services such as: a. High speed digital framing video cameras with the capacity to acquire the mortar munitions down bore and muzzle exit events and slide view of mortar munitions and shoulder launched munitions with the field of view from muzzle to 12m and 42m respectively, to record flight behavior of opposed munitions or 7.62mm ammunition. b. High speed digital framing video cameras with the capacity to acquire the explosive formation and fragmentation particle velocities of mortar munitions and frequency of 7.62mm proceeding to observation of fragmentation on opposed launch shoulder fired munitions. c. Provide capacity to install, operate and support data acquisition and analysis of spectral observation sensors, firing control of computer systems and interface measurement acquisition contact points on weapon system to common time line sourced from shoulder launch munitions launch time. d. Provide geodetic estimates of engagement point within 2 mradians of opposed launch system bore sighting aim points expressed in WB220 GPS coordinates. e. Provide time line analysis in comparison to engagement to intercept error estimates at intercept point. f. Provide impact velocity imaging observation using self-illuminating panels and support fragmentation and debris field lethality analysis. g. Provide event data content to fire control, supporting intercept time line modification and analysis. The Government intends to award this effort to New Mexico Tech, Energetics Materials Research and Test Center (EMRTC), however all submissions from other interested parties will be considered by the Government. This Market Survey is for information and planning purposes only and should not be construed as a commitment by the Government. It does not constitute a Request for Proposal and the Government will not reimburse the cost incurred for providing submissions for this Market Survey. The point of contact for this effort is Kendra M. Archbald, who can be reached via email at archbald@pica.army.mil or (973) 724-3871. Please see Numbered notes 22 and 25.
 
Web Link
US ARMY TACOM-Picatinny Procurement Network
(http://procnet.pica.army.mil/dbi/Download/GoGetSourcesSought.cfm?SolNum=W15QKN-04-X-0606)
 
Record
SN00567557-W 20040418/040416212320 (fbodaily.com)
 
Source
FedBizOpps.gov 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.