The document outlines a Statement of Work for the fabrication of burst diaphragms for the Hypervelocity Wind Tunnel No. 9, located at the Arnold Engineering Development Complex in White Oak, Maryland. This facility conducts essential aerodynamic testing for vehicle development at various Mach numbers. The primary focus is to manufacture burst diaphragms that are critical for testing operations, with specific engineering drawings provided. The contract will involve periodic procurement of diaphragms, requiring material and inspection certifications for each unit produced.
The deliverables include the specified quantities of diaphragms, material certifications, heat treat certifications, and a 100% inspection report. The initial contract period spans five years, with parts to be delivered within 90 days after order placement.
Submittal procedures are detailed for the contractor, encompassing the need for meticulous documentation and compliance with specifications before commencing work. The thoroughness outlined ensures that all produced parts meet the operational and safety standards necessary for ongoing testing at the tunnel facility. Overall, the document serves to formalize the procurement and quality requirements associated with critical aerodynamics testing components in a government setting.
The memorandum from the Air Force Test Center seeks vendor information under NAICS code 332999 for the manufacturing of burst diaphragms used in the Hypervelocity Wind Tunnel No. 9, a critical testing facility for aerodynamic evaluation at Mach speeds. It emphasizes that this is a market research effort, not a solicitation, aimed at guiding an acquisition strategy dependent on funding availability. Vendors are requested to provide detailed capabilities regarding the manufacturing of diaphragms from specific materials: Stainless Steel Type 304, Tantalum Alloy (Ta-10W), and Niobium-Hafnium Alloy (C-103). The document outlines a series of inquiries about procurement, quality assurance, part variability, and previous contract experience, alongside requests for supporting documentation. Vendors should respond by May 6, 2025, with a focus on their ability to rapidly procure materials, assess quality, and manage production variability as it relates to the ongoing supply needs of the testing operations. The requested information will aid the government in determining potential vendors and their capabilities for future contracts, considering current market conditions and technical requirements.