SOLICITATION NOTICE
A -- High Temp Incendiary (HTI) for Chem Bio Agent Defeat Weapon
- Notice Date
- 7/25/2007
- 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, AAC - Air Armament Center, AAC/PK 205 West D Avenue, Suite 433, Eglin AFB, FL, 32542-6864, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- Reference-Number-PKZ-07-RFI-0004
- Response Due
- 9/1/2007
- Archive Date
- 9/30/2007
- Description
- GENERAL INFORMATION Document Type: Pre-Solicitation Notice Document Number: PKZ-07-RFI-0004 Release Date: 25 July 2007 Original Response Date: 1 September 2007 Current Response Date: 1 September 2007 NAICS Code: 541712 Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology) CONTRACTING OFFICE ADDRESS AAC/PKZA, 205 West D. Avenue, Suite 433, Eglin AFB, FL 32542 DESCRIPTION This is a Request for Information (RFI) concerning current technology capabilities for use as a High-Temperature Incendiary (HTI) payload in a Chemical/Biological Agent Defeat Weapon. Responses to this RFI will be used by the Government to perform studies and analyses of the industrial base for this technology, for potential use in AF weapons systems. This purpose of this RFI is to solicit information on technology capabilities available immediately and in the near-term, as defined below. All responses should indicate the appropriate timeframe for the solution provided. Immediate capabilities: Previously developed and are available for use by other commercial or government organizations or agencies. Near-term capabilities: Currently in development but require less than one year additional testing prior to commercial production. Technologies must satisfy the criteria below to be included in the scope of this RFI: 1. Technology properties must be compatible with existing BLU-109 weapon system components, including internal asphalted liners, phosphate liners, and 4340M Steel. 2. Technology must be made of non-explosive materials, and should not contain white phosphorus materials. 3. HTI material should be a solid at 140?F. 4. Technology should be able to be stored with existing munitions, not requiring separate munition storage facilities when installed in weapon system. 5. Technology must be compatible with distribution by a central HE burster charge, and should not require non-traditional payload ejection techniques for dispersion. 6. Technology should be melt-castable, with a pourable form for filling a designated weapon system through a fill port. (Includes material that solidifies or remains a liquid after settling.) GOVERNMENT INFORMATION AAC/XR uses service contractors in fulfilling its mission requirements, including the review of the technology capabilities solicited in this RFI. Service contracts contain an organizational ?conflict of interest? clause that requires service contractors to protect the data, and prohibits them from using the data for any other purpose than for which it was presented. This RFI is for planning purposes only, and shall not be considered as a Request for Proposal (RFP), or as an obligation on the part of the Government to acquire any products or services. The Government does not plan to award a contract at this time, based on the responses from this RFI, or otherwise pay for the information solicited. No entitlement to payment of direct or indirect costs of charges by the Government will arise due to contractor submission of responses to this RFI or the Government's use of such information. The Government reserves the right to reject, in whole or in part, any contractor's input resulting from this RFI. This RFI does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated, or received for this contemplated effort. The information you provide may be utilized by the Department of Defense in developing its acquisition strategy, including creation of Initial Capabilities Documents. Industry is encouraged to respond with information not constrained by proprietary data rights. However, if proprietary data is included in your reply, please mark it appropriately. Any subsequent actions resulting from the evaluation of the information provided because of this RFI, may be synopsized at a future date. If synopsized, information detailing the specific requirements of this procurement(s) will be included. This RFI is limited to soliciting information from domestic contracting companies only. This synopsis is for information and planning purposes only. It does not constitute a formal Request for Proposal (RFP), and should not be construed as such a commitment by the U.S. Government. All information contained in this RFI is preliminary, and subject to modification. RESPONSES Responses should include information about all relevant and applicable unclassified technologies available within the aforementioned timeframes and based on requested criteria. They should include information about the type of material, hazard classification, physical properties, etc., as described in requirement criteria. Responses should be single-spaced, 12-point font, with numbered pages, and should not exceed 25 pages in length, including cover page, appendices, tables, and figures. Electronic submissions should use the following subject heading: ?High Temperature Incendiary Payload Technologies.? Additionally, these submissions must be properly marked, and sent to the following email addresses: Marya.Bard@eglin.af.mil and Jessica.Deiulio@eglin.af.mil. Paper responses should be properly marked and hand-carried or mailed to the following address: AAC/XR Attention: Jessica De Iulio, 2nd Lt, USAF Marya Bard, GS-13, USAF 207 West D. Ave, Bldg. 349, Suite 303 Eglin AFB, FL 32542 Responses to the RFI will not be returned. POINTS OF CONTACT For technical questions, please contact Mr. David Hartline at David.Hartline@eglin.af.mil or (850) 883-3227; or 2nd Lt Jessica De Iulio at jessica.deiulio@eglin.af.mil or (850) 883-1601. For contracting questions, please contact Capt Lance Hannan, Contract Specialist, at lance.hannan@eglin.af.mil or (850) 882-0185, or Tim Scarborough, Contracting Officer, at tim.scarborough@eglin.af.mil or (850)882-0176.
- Place of Performance
- Address: Eglin AFB, FL
- Zip Code: 32542
- Country: UNITED STATES
- Zip Code: 32542
- Record
- SN01351907-W 20070727/070725221310 (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 |