SOURCES SOUGHT
13 -- Market Survey/Request for Information (RFI) for Advanced/Novel Energetic Characterization Methods for 105mm Illuminating Cartridge Visible Light (VL) Pyrotechnic Candle
- Notice Date
- 8/29/2013
- Notice Type
- Sources Sought
- NAICS
- 332993
— Ammunition (except Small Arms) Manufacturing
- Contracting Office
- ACC - Rock Island (ACC-RI), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
- ZIP Code
- 61299-6500
- Solicitation Number
- W52P1J-13-V-0001
- Response Due
- 9/13/2013
- Archive Date
- 10/28/2013
- Point of Contact
- Barbara Voss, 309-782-8142
- E-Mail Address
-
ACC - Rock Island (ACC-RI)
(barbara.voss@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The Army Contracting Command- Rock Island (ACC-RI) on behalf of the Project Manager for Combat Ammunition Systems (PM CAS) is seeking information to identify potential sources in the U.S. Government (USG), private industry and/or academia that can provide advanced pyrotechnic expertise in the areas of formulation, production, energetic characterization, material properties testing, handling and/or advanced modeling capability of the mechanical behavior, thermodynamics and chemical reactions of Visible Light (VL) Illumination Candles. The Government will use the information provided for planning purposes in order to augment its on-going performance characterization of the VL Pyrotechnic Candle illuminant composition utilized in the 105mm M314A3 Illuminating Cartridge. The pyrotechnic formulation, which is comprised of magnesium, sodium nitrate, and a 2-part epoxy binder, is also referred to as white light, white flare, illuminating flare, VL candle, white light candle, or visible light flare. Specifically, the USG is seeking sources to help quantify the functions, mechanisms of energy transfer, and performance of the M314A3 illuminant composition through advanced and/or novel test methods for characterizing energetic material properties and output. Further description of the expertise desired is as follows. Please note no priority is stated or implied in this document. Respondents may reply with regards to any or all areas described. The USG is interested in the respondent's feedback on the following areas. 1.Advanced and/or novel subject matter expertise regarding the formulations and production of candles a.Domain knowledge in mixture formulations linking illuminant formulation, illumination intensity/duration and mechanical properties. Additional knowledge is sought in the use of formulation components as additives or replacements to the present mix to improve the above parameters. b.Knowledge regarding the production and performance of the VL candles. Emphasis is placed on knowledge that is not already available in the public or military domain. c.Knowledge and experience in controlling and/or identifying key production parameters. 2.Advanced and/or novel test methods for characterizing energetic material mechanical properties a.Temperature testing of the pyrotechnic candle at high (desert) and cold (arctic) storage and operating temperature extremes. b.Test facility and/or instrumentation for candle output measurement. (E.g., light tunnels.) c.Mechanical properties testing of mixtures to characterize high acceleration-short duration and spin load stimuli. (E.g., tensile/compressive strength evaluation at very high strain rates.) The above proposed test methods may be conducted on small scale samples, but the test and evaluation outcomes should be scalable to a 105mm diameter candle. 3. Ability to handle and remove pyrotechnic samples from the production candle a.Techniques and/or equipment capable of safely removing material samples at different locations (e.g., top/bottom, center/edge) from a 105mm diameter candle. 4. Advanced modeling resources for the pyrotechnic thermodynamics and chemical reactions a.Mature modeling and simulation for the 105mm VL candles, which may be extrapolated from small scale models. Companies/organizations/persons should respond by providing the USG with the following information: 1.Name of company/organization/person and type/size of business. (E.g., small minority-owned.) 2.Company/organization/person address. 3.Point of Contact name, telephone number, and e-mail address. 4.Summary of the company/organization/person's capabilities. Energetic testing responses should include data such as a description of test procedures, instrumentation, facilities, and operating range. 5.A general description of related work performed previously, whether on USG or private entity contracts. 6.Listing of active contracts with the USG. Government vehicles are not limited to Small Business Innovative Research (SBIR), Cooperative Research and Development Agreement (CRADA), and/or In-House Laboratory, Independent Research (ILIR) activities. 7.If the respondent conducted business with the USG, please provide contact info of the Contracting Officer and/or the Technical Representative overseeing the activity. (E.g., name, phone, e-mail.). This Market Survey/Request for Information is for planning purposes only and shall not be construed as a Request for Proposal, or as an obligation on the part of the government. The government does not intend to award a contract on the basis of this Market Survey or otherwise pay for information gathered. Participation in this effort is strictly voluntary. The Government reserves the right to reject, in whole or in part, any private sector input. The Government is not obligated to notify respondents of the results of this request. All submissions related to this Market Survey/RFI are requested to be made via electronic mail to below Point of Contract no later than 13 September 2013. The Government will accept written questions by email ONLY. Email your submissions or questions to John Purcell, Contract Specialist, email: john.a.purcell15.civ@mail.mil. Respondents are requested to identify any submitted proprietary information. The U.S. Government reserves, on a case-by-case basis, the right to provide additional information based upon review of submittals received. Information provided will not be returned and will be held as respondent confidential information.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/c2e23eeb2feb02f2e9f765ebf66765ea)
- Place of Performance
- Address: ACC - Rock Island (ACC-RI) ATTN: AMSAS-AC, Rock Island IL
- Zip Code: 61299-6500
- Zip Code: 61299-6500
- Record
- SN03169109-W 20130831/130830001055-c2e23eeb2feb02f2e9f765ebf66765ea (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 |