Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 13,2000 PSA#2515

Supply Department Indian Head Division, Naval Surface Warfare Center, 101 Strauss Ave, Indian Head, MD 20640-5035

A -- BAA 00-003 TECHNOLOGY FOR A WEAPONS PLATFORM EXPLODING BRIDGEWIRE INITIATOR POC Karen Tindley, Contract Specialist, (301) 744-6385 The Indian Head Division is seeking proposals for Additional Sources of CAD/PAD Technology for WEAPONS PLATFORM EXPLODING BRIDGEWIRE INITIATOR. There will be no formal RFP or other solicitation requests for this requirement. Proposals shall address as a minimum the following key areas of consideration: Reliability, producibility, design integrity, and cost. This Announcement provides suppliers the opportunity to propose alternate concepts which the government will evaluate through contractor performed Design Verification Testing, which, upon successful completion, could lead to qualification and implementation onto a major weapons platform. Organizations wishing to participate in this program must submit a proposal to IHDIV, NSWC by 11 Feb 00, 4:00pm EST. The Proposals may cover any technology but should be focused on meeting existing platform interfaces. Specific deliverables, delivery schedules, and contracts will be negotiated with successful offerers whose concepts are selected for award. All proposals submitted under this announcement shall be considered government property and treated as "Competition Sensitive" materials. The government may require unlimited data rights for development work performed under the resulting contracts.Exploding bridgewire initiators are to meet existing envelope drawings and specifications. Initiator is to be fired by discharge of a 0.55mF(+15% -0.0%) capacitor charged to 1900 (minimum) -- 2500 (maximum) VDC fired through mating electrical cable as defined by drawing JCM-14160 or equivalent. Other systems parameters are available upon request. Copies of drawings may be obtained by contacting Ms. Karen Tindley at (301) 744-6385 or via email at tindleyka@ih.navy.mil.Proposals submitted shall include the following sections: (a) cover page including title and both technical and administrative points of contact,(b) a summary of the total proposal briefly describing the tasks to be performed, the deliverables, the costs, and the benefits of the project,(c) a detailed description of each task, not to exceed 30 pages total for all tasks proposed (excluding cost/price data) which includes the following: (1) SOW detailing scope of work, (2) a list of information and government furnished equipment (GFE) required, (3) a description of deliverables and their benefit to the project, (4) a detailed cost breakdown by task including labor charges, labor rates, hours, subcontracts, materials, travel, facility charges, and any remaining direct or indirect costs, (5) a schedule including milestones and a time/cost profile, (d) a description of the offerer's facilities, key personnel, and experience in the areas of interest (not to exceed 10 pages) and (e) past contract performance data. Each proposal will be evaluated using the following criteria: a) Reliability of design based on soundness of design, demonstrated performance, successful test of same or similar items, and use of controllable materials and repeatable processes. (b) Overall technical merit of the proposed approach, considering performance, design risk, safety,system integration, maintenance, and understanding of high voltage initiation systems. Cable technology experience is also desirable. (c) Producibility of design is to be evaluated by simplicity of design, use of established technologies, availability of subcomponents, quality control of end item and subcomponents, offerer's facilities and experience, and past contract performance. (d) Cost are evaluated by development and production unit cost. This program is unclassified. All offers will be considered. The government will not cover any costs for proposal preparation. Organizations wishing to participate in this program should submit proposals (3 copies) to the Indian Head Division, Naval Surface Warfare Center, 101 Strauss Avenue, Indian Head, MD 20640-5035, Attn: Ms. Karen Tindley, Code 1142J, Bldg 1558 by 28 Jan 00 at 4:00pm EST. Faxed or e-mailed proposals will not be accepted. The technical representative for this announcement is Mr. John Burchett, CAD Weapons/Aircraft Systems Branch and he can be reached at (301)744-2307. This program is unclassified. All offers will be considered. The government will not cover any costs for proposal preparation. Organizations wishing to participate in this program should submit proposals (3 copies) to the Indian Head Division, Naval Surface Warfare Center, 101 Strauss Avenue, Indian Head MD 20640-5035, Attn: Karen Tindley, Code 1142J, Bldg 1558 by 11 Feb 00 at 4:00pm EST. Faxed or e-mailed proposals will not be accepted. The technical representative for this announcement is Mr. John Burchett, CAD Weapons/Aircraft Systems Branch and he can be reached at (301) 744-2307. Posted 01/11/00 (W-SN414983). (0011)

Loren Data Corp. http://www.ld.com (SYN# 0014 20000113\A-0014.SOL)


A - Research and Development Index Page