COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 13, 2000 PSA #2725
SOLICITATIONS
14 -- GUIDED MISSILES
- Notice Date
- November 8, 2000
- Contracting Office
- Dahlgren Division, Naval Surface Warfare Center, 17320 Dahlgren Road, Dahlgren, VA 22448-5100
- ZIP Code
- 22448-5100
- Solicitation Number
- N00178-01-Q-1007
- Response Due
- November 17, 2000
- Point of Contact
- SD11 Branch at (540)653-7478
- E-Mail Address
- SD11 Branch is POC for N00178-01-Q-1007 (sd11@nswc.navy.mil)
- Description
- The Naval Surface Warfare Center, Dahlgren Division intends to purchase on a sole source basis an operational test of the EX-3 submission from Primex Aerospace Company, 11441 Willows Road, N.E., Redmond, WA, 98073-9709. Raytheon is the prime contractor for the Extended Range Guided Munition (ERGM) projectile development. Primex is the contractor responsible for the payload section development. Primex has developed and built the ERGM specific hardware, which is required for this test. Primex is the owner of the design and the only source for it. The North American Industry Classification System code is 541710. The contract shall be a firm fixed priced contract. FOB Destination shall apply. The following is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Part 12 and in accordance with Simplified Acquisition Procedures, FAR 13.5-Test Program for Certain Commercial Items, and supplemental information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is N00178-01-Q-1007 and is a Request for Quote. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-20. All interested parties shall indicate their interest and capability with their fax quote at (540) 653-7088, which shall be considered by Naval Surface Warfare Center, Dahlgren Division, 17320 Dahlgren Road, Dahlgren, VA 22448-5100. DESCRIPTION: 1.0 ENGINEERING (Phase 1) Provide engineering support for the design and documentation of the modified ERGM payload to be used in the M80 Product Improvement Program (PIP) Rail Gun test series. Engineering support includes the following deliverables, and shall be completed within 30 business days after award of contract. 1.1 Weight minimization. Make specific recommendations for weight minimization strategies for the ERGM payload components that comply with the weight requirement. Weight reduction shall include, but not be limited to machining weight off of the ERGM payload housing and spine components. 1.1.1 Modified ERGM payload weight requirement. The final weight requirement for the modified ERGM payload shall be less than 31.7 pounds. 1.1.2 Strategy and priority. The weight of the ERGM Payload shall be reduced by; first, minimizing the weight of the ERGM payload housing; second, minimizing the weight of the ERGM payload spine; and third, by removing several grenade stacks. 1.1.2.1 ERGM payload housing. Weight reduction can be obtained by machining a number of longitudinal slots in the ERGM payload housing. However, the strength of the housing must still withstand nominal setback loads. 1.1.2.2 ERGM payload spine. Weight reduction can be obtained by machining some metal from the spine cavity. However, the strength of the housing must still withstand nominal ERGM gun launch setback loads. 1.1.2.3 ERGM grenade stacks. Weight reduction can be further obtained by removing several M80/EX-1 grenade stacks, including the M234 fuzes. The preferred number of remaining grenade stacks is four (4). The minimum number of remaining grenade stacks is two (2). The remaining grenade stacks must be arranged isometrically in the payload. The removed grenade stacks will be replaced with lighter weight materiel that retains structural integrity. 1.1.3 Instrumentation. Identification and packaging of the instrumentation required for data acquisition will be a collaborative effort between the ERGM Payload Integrated Product Team (IPT) and the M80 PIP team. 1.2 Documentation. Red lined engineering sketches based upon existing ERGM payload drawings shall be developed to document this modified ERGM payload configuration. An assembly procedure shall also be developed. 1.2.1 Engineering sketches. Red lined engineering sketches of the modified ERGM components, and the modified ERGM payload assembly are required. 1.2.2 Assembly procedure. A red lined engineering draft of the assembly procedure is required. 2.0 FABRICATION (Phase 2) ERGM baseline program shall provide one (1) inert modified ERGM payload assembly for the M80 PIP Rail Gun test series to be conducted at Picatinny Arsenal. ERGM payload components shall be taken from existing inventory, whenever appropriate. ERGM baseline program shall be credited for components transferred to this effort. The following deliverables shall be completed as specified. 2.1 Fabrication. Fabrication consists of identification of ERGM payload components, machining ERGM payload components that require modification, and identification and obtaining of all necessary government furnished equipment (GFE). 2.1.1 Machining of ERGM payload components shall be performed according to the approved engineering sketches. 2.1.2 The M80 PIP team will supply inert loaded M80/EX-1 grenades as GFE. 2.1.3 The M80 PIP team will supply the instrumentation required for data acquisition, including wiring, connectors, and packaging materials as GFE. 2.1.4 Fabrication and identification of all required payload components will be complete, and all components will be at the assembly facility at NSWC Indian Head in Indian Head, MD not later than 25 January 2001. 2.2 Rail gun data and analysis. The M80 PIP Team will provide the ERGM Payload IPT with data from the Rail Gun test series upon completion of the tests. Analysis of the data will be a collaborative effort between the M80 PIP Team and the ERGM Payload IPT. 3.0 Two (2) display mockups of the payload assembly. The proposed Mockup would provide a cutaway view of the internal components within an ERGM Payload section. The Spine Assembly would include cutout "windows" to reveal: a. top of the Flight Battery and its electrical connection through the flex cable to the Bullseye Connector. b. base of the inert Flight Battery (aluminum simulator) resting in its Support and Insulator. c. Large Dispense Gas Generator, which is also cut in half to show its internal components. d. inert Safe & Arm/Dispense Initiator Assembly (aluminum simulator). e. Expel Gas Generator, sectioned to show its internal components. f. Aft Bulkhead has IM Vent Plugs installed. g. Exposed view of the flex cable running from the S&A/DI to the Bullseye Connector (potting is excluded for a view of the Splice). The Bladder is installed over the Spine, and it has a large cutout to show the Spine Assembly details noted above. Four (of the usual 8) columns of inert Grenades are nested on one half the Bladder, and one of the Grenade Spacers is sectioned to provide a view of the Grenade Fuze and its ribbon. The other four columns are excluded for viewing purposes. Six (of the usual 8) Tension Rods are excluded to allow an unobstructed view of the components. The other two Tension Rods are excluded for viewing purposes. The Housing, with Maniglass insulation installed, has three large windows to allow views of the details noted above, and is secured to the Aft Bulkhead with eight Expel Screws. Both ends of the Payload are exposed for viewing purposes. This mockup is cradled with its axis horizontal position in a display stand that allows it to rotate about its central axis for full viewing. Photos of the current Mockup (not including the limited edition display stand) may be found by visiting the NSWCDD business opportunities website at http://www.nswc.navy.mil/supply. FAR 52.212-1, Instructions to Offerors-Commercial Items and the provisions FAR 52.212.2, Evaluation-Commercial Items, apply to this solicitation and are hereby incorporated by reference. Offerors shall include a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items with its offer. The provision at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The provision at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, Subparagraphs (a), (b) 1, 5, 6, 11, 12, 13, 14, 15, 22, and 25. The provision at DFAR 252.212-7000, Offeror Representations and Certifications-Commercial items applies. The provisions at DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items is applicable with the following provisions of subparagraph (b) thereof indicated as applicable: 252.205-7000, 252.225-7007, 252.227-7015, 252.227-7037, 252.243-7002, and 252.247-7024. The following DFARS provisions are applicable to this acquisition: DFAR 252.204-7004 Required Central Contractor Registration, DFAR 252.225-7017 Prohibition on Award to Companies Owned by the Peoples Republic of China, DFAR 252.225-7006 Buy American Act-Trade Agreements- Balance of Payments Program Certificate. This procurement is DO priority rated. Offer is due 17 November 2000 no later than 2:00 p.m. (Eastern Standard Time) to: Naval Surface Warfare Center, Dahlgren Division, Attn: SD110, Building 183, First Floor, Room 102, 17320 Dahlgren Road, Dahlgren, VA 22448-5100 and anticipated award by 22 November 2000.
- Web Link
- NSWCDD Dahlgren Laboratory Procurement Division Web (http://www.nswc.navy.mil/supply)
- Record
- Loren Data Corp. 20001113/14SOL001.HTM (W-313 SN5062U6)
| 14 - Guided Missiles Index
|
Issue Index |
Created on November 8, 2000 by Loren Data Corp. --
info@ld.com
|
|
|
|