Federal Bid

Last Updated on 11 Mar 2014 at 8 AM
Sources Sought
Indian head Maryland

Detonating Cord Assembly (DCA) Components

Solicitation ID N00174SN0005
Posted Date 05 Feb 2014 at 4 PM
Archive Date 11 Mar 2014 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Indian head Maryland United states 20640
 

Detonating Cord Assembly (DCA) Components

 

This is a Sources Sought Synopsis.  This synopsis neither constitutes a Request for Proposal, nor does it restrict the Government from an ultimate acquisition approach.  This synopsis should not be construed as a commitment by the Government for any purpose.  Requests for solicitation may not receive a response.  All information is to be submitted at no cost or obligation to the U.S. Government. The U.S. Government reserves the right to reject, in whole or in part, any input in response to the sources sought synopsis. The U.S. Government is not obligated to notify respondents of the results of their input; however, the noted representative of the U. S. Government will be available for subsequent discussions.  If a formal solicitation is generated at a later date, a solicitation notice will be published.  No contract award will be made as a result of the initial responses to this sources sought synopsis.

 

The Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division (NSWC IHEODTD) is seeking potential sources for the development, manufacture, and testing of  Detonating Cord Assembly (DCA) Components in accordance with the following highlighted Energetic and Physical Requirements with the anticipated Delivery Schedule.  All technical requirements can be found in Detonating Cord Assembly (DCA) Detail Specification (MIL-DTL-82889A dated 25 March 2004).  This document is available upon request.

 

 

Primary Objective:

 

 

The primary objective of these system components is to accept an input (either mechanical or ballistic), safely transmit a signal through the platform utilizing a flexible conduit, and reliably initiate an appropriate output device.  

 

The specific configuration of these components must include both standard energy endtips, low energy endtips, connected by a flexible conduit, and terminated by standard "B-nut" style fittings.  (See Definitions below for each configuration.)

 

 

Definitions:

 

  Standard energy endtips are defined as sealed cups containing sufficient energetic material to generate a minimum of a 0.040 inch indent into a 6061-T6 aluminum block or an output similar to the endtip of a Shielded Mild Detonating Cord (SMDC) assembly which includes a booster cup containing 65 milligrams of HNS-I energetic material.  In addition, standard energy endtips must be capable of reliably initiating other standard energy and other low energy endtips as well.

 

  Low energy endtips are defined as the sealing of the transmission line without utilizing a standard energy endtip.  Low energy endtips or closures must be capable of reliably initiating other low energy endtips.

 

 

 

 

  "B-nut Style" fittings are defined as a standard

 

0.375 inch or 3/8 inch thread with a 0.4375 inch

hexagonal head (see Figure (1) as an example). 

The "B-nut Style" fittings must be capable of

withstanding a 200 pound force applied at a

maximum rate of 20 lbs./min.

                                                                                  

                                                                                     Figure 1:  Sample "B-nut Style" Fitting

 

Energetic Requirements:

 

1.  All proposed energetic materials must be Navy Qualified and listed in the SWO10-ARG-ORD-010 document OR all proposed energetic materials must be capable of being characterized by the vendor to the standards per NAVSEA Instruction 8020.5C.  Both of these documents can be referenced upon specific vendor request.

 

2.  All products of combustion, excluding the endtip output, must be contained by the component housings.  Out-gassing and minor fraying of the outer conduit are permitted; however, no shrapnel can be generated and the B-nut style fitting must remain in place.

 

3.  The proposed components must be capable of reliable initiation by either the output of a standard endtip or by the output of a standard No. 8 Blasting Cap.

 

4.  The signal should travel approximately 1,400 to 2,500 meters/second over the DCA required temperature range.

 

5.  The amount of the energetic material (i.e. core loading), utilized for signal transmission, must be uniform and confirmed after the component assembly process by establishing and conducting a specific validation effort. 

 

 

Physical Requirements:

 

1.  All components must utilize corrosive free materials for all exterior surfaces.

 

2.  Final hardware configuration components must meet all specific size requirements with respect to the length and the fittings prior to shipment to NSWC IHEODTD.  The minimum length for the proposed DCA is 2.0 inches.

 

3.  Final hardware configuration must be compatible with all current fleet mating interfaces including, but not limited to, connectors, unions, tees, manifolds, one-way transfers, etc.  A complete list of these current fleet mating interfaces will be available upon specific request from the solicitor.

 

4.  Final hardware components must be sealed and exhibit a leak rate of less than 1 x 10-5 cc/sec in air.

 

5.  Final hardware components must have a demonstrated operating temperature range of -65° F to 200° F.  In addition, as a goal, the final hardware configuration should have a demonstrated capability to reliably function over a -65° F to 350° F temperature range.

 

6.  Final hardware components must be capable of reliable operation after exposure to the following environmental conditions:

 

            -  Transmission line must be capable of reliable function after flexing 15,000 cycles

                      through a 60° bend at a rate of 6 cycles per minute

-  Transmission line must be capable of reliable function after being wrapped 4 turns on

          1 inch diameter helix along the centerline for 4 hours minimum.

-  28 day Temperature Shock/Humidity/Altitude cycling per MIL-C-83125

-  Temperature cycling from -65° F to 350° F for 100 cycles per MIL-DTL-82889A

-  High Temperature Storage at 200° F for 50 hours with no interim withdrawals per

        MIL-C-83125.  High Temperature Storage analysis to withstand 350° F for 50

         hours with no interim withdrawals for 50 hours.

-  20 G shock for 11 milliseconds per MIL-STD-810C, Method 516, Procedure I

-  Vibration per MDC A3376 Add VI (F-18 aircraft requirement)

-  Salt Fog for 168 hours with seawater per MIL-DTL-82889A

            -  Pressure Cycling at 29.92 inch Hg to 3.00 inch Hg for 50 pressure cycles at 350° F &

                      50 pressure cycles at -65° F per MIL-DTL-82889A  

 

 

Delivery Schedule & Concept Submission Format:

 

1.  The initial Component hardware Delivery Schedule is not to exceed three months.

 

2.  Test hardware must be capable of being shipped to NSWC IHEODTD.

 

3.  Vendor in-house test hardware must be capable of being shipped in place.

 

4.  The vendor shall provide a detailed and phased approach (defined as design feasibility, design verification, and qualification phases) to addressing the overall evaluation of their proposed DCA concept.  Included in this vendor submission will be rough order of magnitude costs and scheduled associated with each concept evaluation phase.

 

5.  The vendor shall provide an obsolescence plan for the energetic materials, metals, and manufacturing processes associated with the proposed concept.

 

All interested sources shall provide a company brochure, list of capabilities, organization names, addresses, technical/programmatic points of contact, phone numbers, and e-mail addresses as elements of their response.  Due to programmatic requirements, all responding sources must reply by 1600 on 31 March 2014 to the NSWC IHEODTD - Supply Department, 4072 N. Jackson Rd., Indian Head, MD  20640.  Technical POC:  Mr. Bobby Abraham, Code E24BA, 301.744.2303, [email protected].

Bid Protests Not Available

Similar Past Bids

Emmett Michigan 16 Nov 2018 at 9 PM
Indian head Maryland 16 Oct 2018 at 6 PM
Tinker air force base Oklahoma 23 Oct 2013 at 1 PM
Park Kansas 03 Sep 2019 at 6 PM
Location Unknown 03 Sep 2015 at 4 PM

Similar Opportunities

Oklahoma 27 Jul 2025 at 4 AM (estimated)
Oklahoma 27 Jul 2025 at 4 AM (estimated)
Hill air force base Utah 30 Nov 2027 at 2 PM