New Jersey Bids > Bid Detail

Test Equipment for Dynamics Lab

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 66 - Instruments and Laboratory Equipment
Opps ID: NBD00159929746372099
Posted Date: Jun 13, 2023
Due Date: Jun 30, 2023
Solicitation No: W15QKN-23-X-0WXL
Source: https://sam.gov/opp/2de5d04495...
Follow
Test Equipment for Dynamics Lab
Active
Contract Opportunity
Notice ID
W15QKN-23-X-0WXL
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Office
USA CCDC ARMAMENTS CENTER
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jun 13, 2023 02:38 pm EDT
  • Original Response Date: Jun 30, 2023 05:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Jul 15, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 334516 - Analytical Laboratory Instrument Manufacturing
  • Place of Performance:
    Picatinny Arsenal , NJ 07806
    USA
Description

INTRODUCTION:



This is a Sources Sought (SS) being issued by the Army Combat Capabilities Development Command (DEVCOM), Armaments Center (AC), Munitions Engineering & Technology Center (METC), Analysis, Materials & Prototyping Directorate (AMPD). This SS requests capability statements from potential contractors, on their ability to develop and deliver novel high G shock and dynamic testing capabilities for gun launched subsystems. There are two primary use cases for which we seek to improve our test capabilities, the first is for setback G loading and the second for a tunable and repeatable set-forward G / frequency loading. A test capability at the lab / subsystem scale is desired with the unit under test ranging from a 0.25 in diametrical coupon up to ~ 20 lb in weight and 5 inches in diameter notionally. The setback environment targeted for replication is a maximum of 20,000-30,000 Gs with an 8 millisecond duration. The set-forward environment is approximately 30,000 G with up to 30 kHz of high frequency oscillations.





AC desires the ability to increase the test cadence as well as the repeatability by which we can generate relevant loads to expose the unit under test to. Information of the capabilities of the potential test systems is sought including the proposed architecture, predicted limits in terms of G’s and test unit sizing and instrumentation for monitoring. The Government’s objective is to take receipt of equipment and capabilities sought, as described in this notice. Services alone for such testing from outside parties are not being sought at this time.





BACKGROUND:



This SS is for the development of novel high G shock and dynamic testing capabilities for gun launched subsystems. There are a number of testing capabilities at the Armaments Center’s disposal such as the Soft Catch Gun (SCAT Gun), Airgun and other drop-tower types of test apparatus. Each existing system has its own unique capabilities, optimal conditions for operations and specific drawbacks or limitations. The SCAT Gun has an extreme set-forward loading condition during the recovery event and due to the nature of it being a full system live fire event, limited throughput in term of number of shots per day. The airgun systems on the other hand provide a favorable operating price point due to their throughput capabilities however have limits in terms of the area under the curve for setback loading and a generally lacking set-forward environment.



The capabilities sought herein is a test system or systems which provide a middle ground testing capability that offers a robust and repeatable ballistic environment with high throughput capabilities for improved cost effectives for R&D experimental activities. A capability at the laboratory scale in terms of the infrastructure required is desired.



REQUIREMENTS:



Responders to this SS notice are asked to provide capability statements with the following information:




  1. Narrative explaining the company and its background.

  2. Past and/or Current experience/efforts relevant to the development of the testing and instrumentation technologies described in this SS.

  3. Conceptual solution proposed to address to testing capabilities sought.

  4. Description team or individuals with the expertise to support the research and development of the capabilities described in this SS.

  5. Description of Company facilities and tools capable of supporting the research and development and appropriate testing to achieve initial testing capabilities and test environment characterizing for the capabilities described in this SS.



ROUGH ORDER MAGNITUDE (ROM) / INITIAL PLANNING



It is requested that a ROM be provided detailing estimated firm-fixed fully burdened labor rates for the labor categories that would be performing the potential work. Assume no other costs in the ROM submission. In addition, provide recommendations on the preferred type of contract, Firm Fixed Price (FFP), or Cost-Reimbursable. It is envisioned that any potential contract will be a FFP, CPFF hybrid.





DEVCOM-AC anticipates investing in standing up such a capability at AC over the next five (5) years through a variety of anticipated funding sources. In addition to anticipating standing up new contracts, vendors are encouraged to provide information related to contracts already in place (Defense Micro Intelligence Activity (DMEA)), Defense Technology Information Center (DTIC), General Service Administration, (GSA), or other vehicles.





NOTICE OF LIABILITY:



This is not a formal solicitation. This is a SS for market research purposes. Any response to this SS is at the sole-discretion of the contractor. No remittance payment will be made for any information sent in response to this SS. Information submitted in response to this SS may be used for procurement planning purposes. The information received by the Government will not be released to third parties. For purposes of this SS, ‘third parties,’ is defined as outside the Government. Interested parties should be cognizant of the “beta.sam.gov” portal, and of the acquisition process to ensure responsiveness to any opportunities related to issuance of a formal solicitation. The website for Beta. Sam is as follows - https://sam.gov/. At this time, a formal solicitation is not definitive. All responses to this SS shall be unclassified.





ADMINISTRATIVE:



Request that all responses include the following information:




  1. Full Company Name (Legal Entity):

  2. Cage Code:

  3. Website (if applicable):

  4. Contact Information:

  5. Business Size Status. If small, what type of concern?



The point of contact for response is Jessica Rakauskas. Email address is: jessica.l.rakauskas.civ@army.mil. Phone is: 973-724-8895.






Attachments/Links
Contact Information
Contracting Office Address
  • BLDG 91 4TH AVE
  • PICATINNY ARSENAL , NJ 07806-5000
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jun 13, 2023 02:38 pm EDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >