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 -- RAILCAR 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
N0016409RGM13
 
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.NSWC Crane Division, Crane, IN is the in-service engineering agent for SSP and is assessing the feasibility of developing a RAILCAR DESIGN approved by SSP, the Association of American Railroads (AAR) and Federal Railroad Administration (FRA) to support the transportation of an Active Inert Missile (AIM) 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/approach associated with AIM railcar 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. 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. 1.2BACKGROUND SSP transports AIMs and additional support equipment across the country via rail to multiple facilities and shipyards to meet mission requirements. SSP future projections show the need to conduct additional AIM movements requiring the development of additional railcars. The payload consists of the AIM, which is a cylindrical piece of equipment attached to a shipping fixture with a flat base, which sits on the railcar deck and held in place by two bulkheads attached to the decking. 2.DISCUSSION 2.1CAPABILITIES SSP is seeking a RAILCAR DESIGN capable of transporting an AIM while conforming to all SSP requirements as well as AAR and FRA rules and regulations. The design should be an industry standard design or as standard as possible to other industry railcar designs. The required capability consists of two separate loading conditions which are listed below. NSWC Crane will provide drawings of current design upon request. Railcar characteristics for BOTH loading conditions: Maximum extreme length from coupler to coupler is 73 feet Maximum extreme width is 10 feet 3 inches. Deck height should not be taller than 4 feet 1 inch. Railcar must have the ability to negotiate a turn with a radius of 125 feet.Railcar decking must be able to attach to the current bulkhead design. Loading Condition 1 (Dynamic - Transportation): The first condition consists of a payload uniformly distributed between the truck centers on the railcar decking. The payload is attached to the railcar decking through interfaces with two separate bulkhead assemblies on each end of the payload. The bulkhead assemblies are attached to the railcar decking by bolts threaded into nut bars located in channels in the deck. Transportation payload is 235,000 lbs.Bulkhead assemblies (2 total) are 103 inches long by 118 inches wide by 17 inches tall. Payload has a surface area of 500 inches long by 120 inches wide and has a center line approximately 72 inches from the bottom surface of the load. Loading Condition 2 (Static - Shipyard): The second loading condition occurs during shipyard on/off loading. The railcar enters the shipyard in loading condition 1. Once in the shipyard the railcar is parked and chocks are placed at the wheels and hoisting equipment is attached to one end of the AIM. Once the hoisting equipment is attached a shipyard crane connects to the hoisting equipment. Finally, the crane upends the AIM from the horizontal position to a vertical position. The shipping fixture remains attached to the deck while the AIM rotates on trunions, which are a part of the shipping fixture. When in the vertical position a load of 215,000 lbs is located over one end of the railcar.Same bulkhead assemblies and payload surface area as Loading Condition 1. 2.2INTERFACE DEFINITION Below is a listing of interface and performance considerations. NSWC Crane will provide drawings of current design upon request. 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.Wharfside operations & Initial Missile Onload (e.g. Cranes, 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 for the life of the railcar. 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 3 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 five 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. Steve Stahl at telephone 812-854-6389 or by email at steven.stahl@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016409RGM13/listing.html)
 
Record
SN01866253-W 20090708/090707000043-7477359d18a315a948bb9f2a0fa559d8 (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.