SPECIAL NOTICE
20 -- Landing Craft Utility (LCU) Anchor Winch Systems
- Notice Date
- 3/18/2015
- Notice Type
- Special Notice
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NAVSEA HQ, SEA 02, 1333 Isaac Hull Avenue SE, Washington Navy Yard, District of Columbia, 20376, United States
- ZIP Code
- 20376
- Solicitation Number
- N0002415SN002
- Archive Date
- 9/30/2015
- Point of Contact
- Linda C. Squires, Phone: 202-781-3942
- E-Mail Address
-
linda.squires@navy.mil
(linda.squires@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS SPECIAL NOTICE IS A REQUEST FOR INFORMATION USING MARKET RESEARCH AND WILL BE USED FOR PLANNING PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE. THIS ANNOUNCEMENT IS FOR THE PURPOSE OF MARKET RESEARCH ONLY AND MAY OR MAY NOT TRANSLATE INTO AN ACTUAL PROCUREMENT(S) IN FUTURE YEARS. THERE IS NO FUNDING ASSOCIATED WITH THIS ANNOUNCEMENT. Background: The Naval Sea Systems Command seeks information on anchor winch systems that might be appropriate for use on future craft which are presently being designed to replace the aging 135 foot LCU fleet. At this early stage, the craft acquisition program is estimating up to 32 new vessels could be built, and the Government would like to obtain awareness and information on anchor winch products of current design, having similar capabilities to those of the historical winch systems on the existing LCUs. Existing US Navy landing craft (135 foot LCU) use a stern anchor winch to assist the craft's propulsion system during extraction/un-beaching of the vessel, after it has delivered its cargo onto a beach during a landing operation. It is also used to hold the craft in position while beached, and provides anti-broaching protection for the vessel when the cargo is being unloaded during elevated surf and/or wind conditions. Some characteristics for the anchor winch presently used on existing in-service craft include: 1) Single drum, variable speed unit, powered by a 4-cyl, 125 hp diesel engine via hydrostatic transmission and 2-stage reduction gear interface. a) Drum size is 20" diameter x 24" wide with 40" diameter end flanges. b) Drum capacity is 900 feet (7 layers) of 1-1/4" 6x37 galvanized wire rope. c) Drum has a level-wind mechanism. 2) Approximate overall dimensions (including diesel engine and drive system) = 210" long x 60" wide x 60" high and is located inside the craft, below the main deck. 3) Approximate total system weight is 20,500 lbs., when including the winch assembly, reduction gear, brake, hydrostatic transmission drive system with control valves, remote operator panel with electrical controls, hydraulic reservoir with oil, diesel engine, wire rope and anchor. 4) The system interfaces to a 1,500 lb. Navy Mk 2 light weight type (LWT) anchor, with a 32,965 lbf design holding load in a sandy bottom. 5) The hydraulic motor driving the reduction gear has dual displacement capability, allowing for two basic inhaul speed/capacity ratings on the winch. a) High load capacity/Low speed winch inhaul rating (for 4th layer on rum) = 34,800 lbs. at 58 feet/minute - used in combination with the craft propulsion system to initially get the craft un-stuck from the beach. b) Low load capacity/High speed winch inhaul rating (for 4th layer on drum) = 4,000 lbs. at 360 feet/minute - used to assist the propulsion system while the craft is speeding up and backing out through the surf zone. c) The line-speed ratings are maximums, based on the highest possible flow of 44 gpm from the existing hydraulic pump. d) Actual line-speed is remotely controlled via operator station/joystick control lever (located up on the main deck) and is variable from 0 fpm up to the rated values. e) The drive system includes a 20" disc brake assembly providing up to 14,200 lb-ft of torque capacity at the winch reduction gear input. The brake uses spring-set, hydraulically-released calipers with energize-to-release remote control switch on the main deck (i.e., does not depend on a band type brake, nor require local hand-wheel operation to set the brake). f) Hydraulic reservoir has a 65 gallon capacity. 6) The winch also has an outhaul/render mode that is used when going into the beach. Render mode provides a cable payout rate of up to 640 feet per minute (for the 4th layer) at up to 1,000 lbs. cable tension (which is adjustable to lower tension via relief valve setting). This payout rate is necessary to allow the craft to maintain an approach speed of up to 6.3 knots (640 feet per minute) after dropping & setting the anchor on the way into the beach during a landing operation. Requested Information: Information on currently available complete anchor winch systems, or historical units fabricated for previous applications, which can closely match the existing winch system characteristics (without exceeding, and if possible reducing, the current total system weight of 20,500 lbs) are desired. Information on the feasibility of incorporating the following new features or improvements is also requested: 1) Increasing the outhaul render payout rate from 640 fpm to approximately 1,000 to 1,200 fpm to accommodate an increase of the craft approach speed into the beach from the present 6.3 knots to 10 knots threshold or 11.6 knots objective. 2) Introducing a constant tension capability, with the supplemental ability to set/adjust the tension force over a wide force range. This will allow the craft to maintain position and minimize the potential for broaching in the surf zone under a range of environmental conditions from benign (flat calm) to high sea states; without having the winch being directly attended by a human operator at the controls. 3) Adding an anti-slacking capability; that is to say, an additional feature beyond the constant tension capability that will minimize or prevent bird-nesting of the wire rope on the winch drum should the reversing speed of the craft [momentarily] exceed the inhaul speed of the winch (i.e., craft is overrunning the winch). This situation is presently encountered in the transition period when shifting between high load capacity/low speed mode to the low load capacity/high speed mode. To elaborate: With the existing system the winch operator is not the same person who is controlling the craft propulsion system. During the initial extraction, the craft master has the propulsion system throttles wide open and the winch operator has the winch in high traction/low speed mode. When the craft breaks free and starts to pick up speed, the craft master may not back off the throttles in time to give the winch operator the chance to shift the winch over to low traction/high speed mode. In the brief period of the shift, the backing speed of the craft can overrun the maximum inhaul rate of the winch while it is still in the low speed mode. It is anticipated that an anti-slacking capability might be some type of mechanical tensioner which is built into the level-wind mechanism, but desire awareness of other solutions that are recommended. Information on alternative winch drive options (direct drive diesel, diesel driven hydrostatic transmission, direct electric drive with variable frequency controller, electrically driven hydrostatic transmission) or any other drive type that would be recommend as a preferred drive solution is desired. Response Criteria: Interested parties are encouraged to respond to this announcement, addressing the basic anchor winch system capabilities and all or part of the new features or improvements listed above. In responses, companies shall include: 1. Organization Name 2. Address 3. Point of Contact a. Name b. Position/Title c. Email address d. Telephone number Responses shall be no more than 20 pages in length and preferably in plain text, Microsoft Office, or Adobe PDF electronic formats. Responses shall be sent by electronic mail to the NAVSEA point of contact, Ms. Linda Squires (linda.squires@navy.mil). WHEN TO SUBMIT: This information is requested to be provided by email by 4:00 PM, May 1, 2015. NOTICES REGARDING SOLICITATION: This notice does NOT constitute a Request for Proposal and is not to be construed as a commitment, implied or otherwise, by the Government that a procurement action will be issued. No telephone inquiries will be accepted and requests for solicitation packages will not be honored, as no solicitation is intended at this time. Response to this notice is not a request to be added to a bidders list or to receive a copy of a solicitation. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT SOLELY ON THE BASIS OF THIS SPECIAL NOTICE. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of the submission of the requested information. No reimbursement will be made for any costs associated with providing information in response to this announcement and any follow-up information requests. Responses to this RFI may be considered in the future determination of an appropriate acquisition strategy for the program. The Government may not respond to any specific questions or comments submitted in response to this special notice. Any information submitted by respondents as a result of this notice is strictly voluntary. NOTICE REGARDING PROPRIETARY INFORMATION: All submitted materials will be designated for Government Use Only. Third party support contractors who have executed non-disclosure agreements may have access to the information provided. Any information submitted which is to be provided and reviewed by Government personnel only shall be clearly marked as such. Otherwise, the Government shall construe consent has been given to allow access to the information by any relevant third party support contractor. The Government shall not be liable for or suffer any consequential damages for proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. IMPORTANT - Any email containing export controlled information must be marked FOUO and use encryption. POINT OF CONTACT: Linda C. Squires, Contracting Officer, linda.squires@navy.mil CONTRACTING OFFICE ADDRESS: Naval Sea Systems Command Linda C. Squires, Code SEA 02242 1333 Isaac Hull Ave., SE. Washington, DC 20376-2101
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N0002415SN002/listing.html)
- Place of Performance
- Address: TBD, United States
- Record
- SN03671598-W 20150320/150318235009-ba3f70666bbf69ab868c4c4239f10d4c (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 |