SOLICITATION NOTICE
A -- COIL Gas/Liquid Separator
- Notice Date
- 8/21/2006
- Notice Type
- Solicitation Notice
- NAICS
- 541710
— Research and Development in the Physical, Engineering, and Life Sciences
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFRL - Directed Energy Directorate, 2251 Maxwell Ave, Kirtland AFB, NM, 87117
- ZIP Code
- 87117
- Solicitation Number
- FA9451-06-R-9999
- Response Due
- 9/5/2006
- Archive Date
- 9/20/2006
- Description
- Contracting Point of Contact: Rhoda Parker, Contract Specialist, 505-853-7282; Technical Point of Contact: MSgt Steven Bible, 505-846-4749. The Air Force Research Laboratory (AFRL), Directed Energy (DE) Contracting Directorate on behalf of the AFRL DE, Kirtland AFB, NM intends to award a sole source contract in accordance with FAR subpart 6.302-1 (a)(2)(ii)(A) to Twister B.V. for a supersonic COIL gas/liquid separator for AFRL/DELC at Kirtland AFB, NM. The contemplated effort is to obtain a 6 month contract with an approximate value of $400,000. BACKGROUND: AFRL/DELC is developing and testing radical new designs for singlet oxygen generators for Chemical Oxygen Iodine Lasers (COIL). A design for a gas/liquid separator would remove the bulk liquid from the gas stream and should also remove a significant portion of vapor phase water, and minimize the residence time of the gas flow through the separator by accelerating the gas to supersonic velocities. Twister B.V. under a cooperative agreement through European Office of Aerospace Research and Development (EOARD) provided a modified a supersonic COIL gas/liquid separator. This contract would further modify the COIL to fit AFRL/DELC technical objectives. SPECIFIC PERFORMANCE REQUIREMENTS are as follows: 1) A design for a gas/liquid separator will be optimized using fluid dynamics design codes; 2) The interaction of the mechanical design and the fluid dynamics will be investigated. This will include damping (if required), structural supports, tolerances and dimension (required for machining feasibility); 3) engineering calculations will be performed for all components which are pressurized based upon design pressure, dynamic loads and temperatures; 4) Based upon the optimized design, computational fluid dynamics (CFD) calculations will be performed including all mechanical/machining constraints. The contractor shall deliver conceptual design package which contains all required information to allow AFRL/DELC to develop fabrication drawings. This package shall contain all details necessary to allow for a mechanical designer to create fabrication drawings. A contract will be issued to Twister B.V. provided other sources cannot provide the drawings at equal or better technical capability within the same time-frame as Twister B.V. Respondents are required to provide a statement of capability containing pertinent and specific information addressing the following areas: 1. Experience: An outline of projects previously performed relevant to the subject areas. 2. Personnel: Name, professional qualifications and specific experience of scientific, engineering and program management personnel who might be assigned to work in the areas of subject effort. 3. Facilities: Availability and description of special facilities required to perform in the technical areas under consideration. Responses are limited to 15 pages including program plan, resumes, attachments, diagrams, etc. Any responses not addressing all requirements will be rejected. Submit responses to Rhoda Parker, AFRL/PKDB, 2251 Maxwell Ave. SE, Kirtland AFB, NM 87117-5773 no later than fifteen (15) calendar days after the date of this announcement by 3:00 p.m., Mountain Standard Time (MST). The proposed contract action is for performance of research and development for which the Government intends to solicit and negotiate with only one source under authority FAR subpart 6.302-1 (a)(2)(ii)(A). This notice of intent is not a request for competitive proposals. However, all proposals received within thirty (30) calendar days after the publication date of this announcement will be considered by the Government. The determination of the Government not to compete this proposed contract action based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. This is an unrestricted announcement under NAICS code 541710. However, firms should indicate whether they are or not a small business, woman-owned, qualifying 8(a) business, certified HubZone small business, or historically black college, university, and minority institution (HBCU/MI). In order to receive a DoD contract, offerors must be registered in the DoD Central Contractor Registration (CCR) system and the U.S./Canada Joint Certification Program. For more information and on-line registration with CCR, see http://www.ccr.dlis.dla.mil. It is anticipated that contractors will have access to or will generate data that is unclassified with limited distribution and/or subject to U.S. Export Control laws. Therefore, only offerors who are certified by the Defense Logistics Information Services (DLIS) may submit offers. Contact US/Canada Joint Certification Office, DLIS Federal Center, 74 Washington Ave. North, Battle Creek, MI 49017-3084 (1-800-352-3572); http/;/www.dlis.dla.mil/CCAL/ for further information on certification and the approval process. The offeror is required to either submit a copy of the DLIS approved DD Form 2345 with its proposal or to the Contracting Officer if access is unclassified. Limited distribution data is required to prepare the proposal. See Note 26.
- Place of Performance
- Address: Twister B.V., Einsteinlaan 10, 2289 CC RIJSWIJK the Netherlands
- Country: NETHERLANDS
- Country: NETHERLANDS
- Record
- SN01121019-W 20060823/060821220748 (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 |