Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 08, 2009 FBO #2781
SOURCES SOUGHT

14 -- BOXCAR DESIGN

Notice Date
7/6/2009
 
Notice Type
Sources Sought
 
NAICS
336510 — Railroad Rolling Stock Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Crane Division, N00164 NAVAL SURFACE WARFARE CENTER, INDIANA 300 Highway 361, Building 64 Crane, IN
 
ZIP Code
00000
 
Solicitation Number
N0016409RGM12
 
Response Due
8/3/2009
 
Archive Date
8/18/2009
 
Point of Contact
Steve Stahl812-854-6389steven.stahl@navy.mil<br />
 
E-Mail Address
POINT OF CONTACT
(steven.stahl@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
MARKET SURVEY - SOURCES SOUGHT SYNOPSIS - This synopsis is being posted to the Federal Business Opportunities (FBO) website located at http://www.fbo.gov, the Navy Electronic Commerce on Line (NECO) website located at https://www.neco.navy.mil/. FBO is the primary point of entry to be used when access to synopses and solicitations from the World Wide Web is required. However, the NECO webpage as well as the Naval Surface Warfare Center, Crane Division, Acquisition webpage serve as alternatives if the FBO website is unavailable. 1.DESCRIPTION 1.1PURPOSE Strategic Systems Programs, SSP, directs the development, production, logistic support, and sustaining engineering effort of the Navy's Strategic Weapons Systems. This includes direction of research, development, manufacturing, test, evaluation, and operational support of the TRIDENT Fleet Ballistic Missile. SSP also plans and directs the development of training systems and equipment, the training of fleet personnel in the operations of the systems, provides for facilities; and has responsibility for fulfilling the terms of the U.S./U.K. Polaris Sales Agreement.This Request for Information is the initiation of market research under Part 10 of the Federal Acquisition Regulation (FAR), and is not a Request for Proposals (RFP). The Government does not intend to pay for any information furnished pursuant to this RFI. NSWC Crane is assessing the feasibility of developing a BOXCAR DESIGN approved by SSP, the Association of American Railroads (AAR) and Federal Railroad Administration (FRA) to support the transportation of D5 rocket motors in support of the program requirements of SSP. The industry design chosen is to be released with full design disclosure to SSP/NSWC Crane. NSWC Crane requires input from industry resources to refine their understanding of the technical feasibility, risk, and cost implications associated with this effort. Specifically, this RFI documents a Government request to industry for a plan associated with boxcar development and production based on section 2 below.Industry provided information will be evaluated by the SSP Program Office, members of the NSWC Crane community, and possibly other direct Government contractors as advisors to the Government. 1.2BACKGROUND SSP uses boxcars to transport D5 rocket motors and support equipment across the country via rail to multiple facilities and shipyards to meet mission requirements. SSP future projections indicate the need to conduct additional rocket motor movements requiring the design and development of additional boxcars. The current boxcar, unlike most standard boxcars with side loading door, is loaded from the end of the car. Two end doors are opened and the payload is transferred into the boxcar via a custom air pallet. This air pallet system requires the floor of the boxcar to be smooth steel at a specified flatness. Once inside the boxcar the payload it constrained by a forward bulkhead. The current boxcar also provides ballistics protection for the internal payload as an integral part of the structure. 2.DISCUSSION 2.1CAPABILITIES SSP is seeking a new boxcar design capable of transporting D5 rocket motors in rail interchange service while conforming to all SSP requirements and AAR and FRA rules and regulations. The design should be as standard as possible to other industry boxcar designs. The capability consists of multiple floor loading conditions which are explained below. NSWC Crane will provide drawings of current design upon request. Desired Specifications:-Load capacity of 160,000 lbs-Controls compartment capable of stowage of HVAC/Controllers-Insulated -Ballistics protection-End loading capable-4 access doors, 2 on each side-Extreme length from coupler to coupler 64 feet -Extreme width of 10 feet 8 inches, Least external width of 10 feet 7 inches-Interior length, width, and height of 51 feet 1 inch, 9 feet 6 inches, and 9 feet 6 inches-Capability to negotiate a turn with a minimum radius of 150 feet -Max flooring height of 4 feet 2 inches from TOR (top of rail)oSmooth steel floor w/a flatness of " every 10 feetoInsulate underneath floor-Top of roof to rail 14 feet desired (17 feet Max)-Bulkhead capable of handling 600,000 lbs longitudinally-Distance between truck centers 40'1" (desired) The loading conditions consist of transfer loading, storing/static loading, and transportation loading. NSWC Crane will provide drawings of current loading conditions upon request. This railcar will be required to have temperature and humidity controls, but a company will not be excluded from competition if it does not have this design capability. The environmental control unit must keep temperature between 70-90 degrees Fahrenheit and hold relative humidity below 50%. 2.2INTERFACE DEFINITION Below is a listing of interface and performance considerations. The following information is provided to support this concept development. Government Furnished Information (GFI) will be provided by NSWC Crane/SSP as requested. 1.Mechanical Interfaces 2.Environmental (test/handling shock, payload release shock (recoil), vibration)3.Facility Operations (e.g. Maintenance Platforms, Hoists) 4.Facility Stowage 2.3INFORMATION REQUESTED Provide conceptual technical information, comments, ROM cost assessments (where applicable), and projected schedules for the following items: 1.Railcar concept - Provide a Level 1(Overall System) physical architecture, approach for a railcar that meets the aforementioned capabilities (section 2.1). Discuss any issues related to providing this flexibility. 2.Maintainability - Provide comments on how this railcar will accommodate both periods of testing, transportation usage, and periods of storage. 3.Risk - Discuss the risks associated with executing the proposed development plan to deliver the desired hardware to the government. Also, identify any risks of using the hardware as proposed. 4.Cost - Discuss cost drivers associated with executing the design and fabrication. 5.Schedule - Discuss project schedule to accomplish this effort. Discuss constraints that would adversely impact fast tracking the project (i.e. initial design within 6 months of contract go-ahead.). 3.STRUCTURE FOR RESPONSES Contractors should respond to this RFI in writing and should provide their responses both in electronic and hardcopy form. Limit response to a maximum of 100 pages. One electronic copy of the response shall be provided in PDF format and must be received by the specified due date. Contractors shall also submit 5 hardcopies to the Government. The hardcopies must be typewritten on single-sided 8.5" by 11" paper with one-inch margins on all sides and double-spaced text, and bound in standard binders. Use 12-point font with normal (uncondensed) spacing. 4.FINANCIALThis Request for Information is the initiation of market research under Part 10 of the Federal Acquisition Regulation (FAR), and is not a Request for Proposals (RFP). The Government does not intend to pay for any information furnished pursuant to this RFI.At the current time, NO FUNDING IS AVAILABLE for contractual efforts. This sources sought synopsis does not constitute an Invitation for Bids (IFB), a Request for Quote (RFQ), or a Request for Proposal (RFP) and it should not be construed as a commitment of any kind by the government to issue a formal solicitation or ultimately award a contract. The US Government is in no way liable to pay for or reimburse any companies or entities that respond to this announcement. Any costs incurred by interested companies in response to this announcement will NOT be reimbursed. Interested sources must contact Steve Stahl at telephone 812-854-6389 or by email steven.stahl@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016409RGM12/listing.html)
 
Record
SN01865891-W 20090708/090706235417-5aba78219fcbc09e42346c6edd290404 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.