Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 13, 2016 FBO #5377
SPECIAL NOTICE

43 -- Particulate Mini-Gas Gun

Notice Date
8/11/2016
 
Notice Type
Special Notice
 
NAICS
333912 — Air and Gas Compressor Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE CRRAEL, Hanover, 72 LYME ROAD, HANOVER, New Hampshire, 03755-1290, United States
 
ZIP Code
03755-1290
 
Solicitation Number
W913E5-16-T-0818
 
Archive Date
9/2/2016
 
Point of Contact
Kim D Roberson, Phone: 2173733478
 
E-Mail Address
kim.d.roberson@usace.army.mil
(kim.d.roberson@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers (USACE), Engineer Research and Development Center (ERDC), Cold Regions Research and Engineering Laboratory (CRREL) intends to award a contract on a sole source basis to High Pressure Technologies LLC upon the basis of the authority provided at FAR 13.106(b). ERDC-CRREL intends to purchase one (1) particulate mini-gas gun for the purpose of launching powdered granular materials at transonic speeds without the use of explosives and in accordance with the following salient features: a. General: Capable of generating and releasing of pressurized gas in a controlled fashion for the purpose of launching powdered and/or granular material at trans-sonic speeds without the use of explosives. The system is operated remotely with redundant safety systems. For the purpose of maintenance and future modifications, the components are easy to access and maintain. The barrel assembly facilitates the quick and easy integration of a particulate-based loads that will be accelerated through metallic tubes by the impulse of compressed gas. b. The system is capable of pressuring and driving pure nitrogen gas to 10,000 psi. c. The pressure of the system must be tunable to between the pressures of 200 psi to 10,000 psi with a precision of 0.05 to 0.1 %. d. The pressure of this system must be programmable and controllable using a computer system. e. The system must have both electronic and manual controls for both the triggering of release of gas into the particulate barrel, and the abort-release of gas from the system. i. The system shall be set to vent to atmosphere in the case of the loss of power, but not through the particulate chamber. ii. The system shall be set to automatically vent via an automatic relief valve at 500 psi above the operating pressure iii. Each of the separate manual valves for 1) venting the system and for 2) triggering the release of gas into the particulate chamber shall be palm controlled or similarly push button actuated with no need for electronics. These valves must be accessible by the user in a separate room from the particulate shooter iv. The outlet of the vent valve that is controlled by the user will have common medium pressure fitting that can be coupled to by the operator to extend to a vent port outside the room, and the vendor will provide a muffler with a common medium pressure fitting to be attached to the port located outside of the building to mitigate the noise output that would result from venting the system to completion. v. The manual valve which supplies feed air to the booster must be an on/off butterfly valve, accessible by the user in a separate room from the particulate shooter, and is to be closed during the triggered release of gas into the particulate chamber. f. The system must have the capability to release the gas from the system at a set pressure within a time frame of 50 msec or less. g. The system must be capable of delivering to the particulate load an impulse equivalent of a gas volume of 0.520 in3 at 10,000 psi within 50 msec (or less time); this is assuming that it is achievable for said gas to travel at the velocity of the speed of sound. h. The system must fit within a space of 8 x 8.5 ft. while allowing room within that space for a barrel up to 40 inches in length and allow for the space for a particulate catch that is at least 23 inches in diameter and 34 inches in length (thus adding an additional 34 inches to the end of the barrel). i. When assembled the system must be able to fit through a standard door of 34 inches in width in order to be set in the 8 x 8.5 ft. space ii. The vendor is to provide size and weight specifications of the system before the acceptance of the quote to assure that the proper infrastructure is in place prior to delivery. i. The mounting rack/baseplate of the system must be fitted with connections that will support brackets for the barrel. These connections must be axially aligned with the system outlet to assure a straight line from the outlet of the system down the length of the barrel. j. The connection/manifold between the main system and the barrel must be such that it is easy to separate the barrel from the system to facilitate the quick and easy insertion of a particulate vessel and such a connection must be rated to operate at a pressures greater than the pressure that the system will operate under. This connection must also be rate to withstand the sudden (< 50 msec) venting of the system at full pressure. k. A gas-driven pressure intensifier/amplifier/booster with specifications equal to or greater than the Maximator DLE-75-1-DAS brand, is to be used to amplify the feed line pressures up to the targeted operating pressure of the system: i. Gas Driven Gas Booster ii. Single Acting iii. Single Stage iv. Pressure Ratio: 75:1 v. Maximum Pressure: 10,875 psi vi. Displacement per cycle: 1.5 cu in vii. Fitted with Dry Air Spool l. A feed line regulator to feed the gas booster will regulate pressure after the pilot-line tee-off and feed into the manual butterfly valve that feeds into the gas booster. m. All pneumatically controlled regulators and valves must have regulators installed at or near the components to be operated. This is in order to assure the proper pilot pressure during operation. n. After the system trigger valve, but prior to the particulate chamber and manifold must be provided that will accommodate two dynamic pressure transducers model # ICP® 113B22 form PCB Piezotronics, and still allow the system to operate at the minimum pressure of 8,000 psi, without a compromise to the system or sensors. The vendor does not need to provide the transducer. o. The outlet of the system must include a connection to facilitate the removal and attachment of barrels at varying lengths from 6 inches to 40 inches. p. As delivered the system shall include barrels with coning threads of the following quantity and lengths: i. Qty 5 of 6" length ii. Qty 5 of 12" length iii. Qty 5 of 24" length iv. Qty 5 of 40" length q. The vendor is to provide a quantity of 2 kits of replacement parts for components that in their assessment are likely to fail within 3 years' time after repeated firings of the system (e.g. System Regulator, Barrels, etc.). r. Vendors are to provide a proof of concept design for the system, along with the quote prior to approval of the quote. s. All labeling of piping follows the ANSI/ASME a13.1 industry standard for compressed nitrogen Delivery to CRREL is required no later than 7 weeks from the acceptance of this contract by the vendor. High Pressure Technologies LLC was identified as the only vendor capable of offering a product meeting CRREL's schematics and requirements; providing full interoperability of various off-the-shelf products and configuring them into one operable unit as required by the specifications.. The associated North American Industry Classification System (NAICS) code is 333912, which has a size standard of 1,000 employees. This Notice of Intent is not a request for competitive quotations; however interested parties may identify their interest and capability to respond to this requirement. Any interested party that believes they can fulfill this requirement should submit a capability statement to be reviewed. All submissions will be considered, however there is no guarantee that submissions in response to this notice will in any way alter the Government's acquisition strategy. Please provide responses to this notice NLT 09:00 AM CST, 18 AUGUST 2016 to: Kim.D.Roberson@usace.army.mil Telephone responses will not be accepted. Responses to this notice will not be considered as a response to any solicitation, a request to be added to a prospective offerors list, or to receive a copy of any solicitation. A determination by the Government not to compete the contract 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. Note: In order to be eligible for award of a Government contract, vendors must be actively registered in the System for Award Management (SAM), have no active exclusions, and complete the FAR and DFARS representations and certifications.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/332/W913E5-16-T-0818/listing.html)
 
Place of Performance
Address: 73 Lyme Road, Hanover, New Hampshire, 03755, United States
Zip Code: 03755
 
Record
SN04220231-W 20160813/160811235430-5a105a7f3c58fefb3174e23e45d4c8ab (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 |
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.