Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 24,1997 PSA#1831

Naval Surface Warfare Center, Carderock Division, 9500 MacArthur Blvd., West Bethesda, MD 20817-5700

A -- MODEL TESTING SERVICES SOL N00167-97-R-0034 DUE 061597 POC David Tychman, 301-227-3475, C.O. C. Joan Miles, 301-227-1159 MODEL TESTING SERVICES to support Naval Surface Warfare Center, Carderock Division (NSWCCD) research on the hydrodynamics of ships, submarines, and other craft. The Government estimates that it will need approximately 31,222 man-hours per year (15 man-years/yr.) over a five year period on an indefinite delivery/indefinite quantity (IDIQ) basis for a total estimated effort of 156,110 man-hours (75 man-years). Both experienced personnel and extensive fabrication and test facilities will be required to successfully perform this contract. Contractor experience will be a significant evaluation factor for award. Offerors unable to demonstrate access to required fabrication and testing facilities will not be considered for award. Personnel, manufacturing and testing facilities (excluding the water tunnel) must have, not later than contract award, a security clearance which allows the contractor to perform Government classified work up to the CONFIDENTIAL level. Offerors shall be required to demonstrate two principle capabilities in order to receive this contract award; 1)scale-model fabrication and 2) hydrodynamic testing. First, the offeror shall demonstrate that, with his own facilities, he has the personnel and the physical capability to design, engineer, and fabricate scale models of ships, submarines, and advanced craft up to 40 ft. in length using composite materials (e.g. fiberglass), wood, and/or aluminum material. Shop facilities must include such items as Computer Numerical Control (CNC) machines, manual machine tools, hand tools, lifting and inspection equipment, and layout tables capable of handling models up to 40 ft. in length. The offeror must have the capability to meet tolerances of a) plus or minus 1/8 in. on model length, and b) plus or minus 1/32 in. normal to the contour of the surface, and surface roughness of 63 micro inches or better. The offeror must also have the capability to fabricate propulsors (stators, ducts, and rotors) and open propellers that range in diameter from 10 to 48 inches, using both th monoblock and inserted blade techniques. Capability is required to fabricate monoblock propulsors with diameters of up to 24 inches using CNC machines. Offerors must be capable of constructing propulsors from such materials as aluminum, bronze, Plexiglas, and other reinforced plastics. Propulsor tolerances are as follows: i) plus or minus 0.003 in. for diameter, chord length, camber, and thickness, ii) plus or minus 6 minutes of angle for propeller pitch, and iii) plus or minus 8 micro-inches (64 RMS or better) for surface finish. Second, offerors must have the personnel and test facilities capable of conducting hydrodynamic and hydroacoustic evaluations of ship-hulls and propellers. Offeror test facilities must be capable of conducting four main types of tests and meet the following requirements for each test type: a) Resistance and Powering Tests (test surface and submerged models of up to 20 ft. in length at speeds up to 7 knots) b) Stability and Control Tests (test 15 ft long models at speeds up to 6 knots, and produce vertical oscillations of up to plus or minus 1.0 ft. amplitude) c) Seakeeping Tests (test 10 ft. long models at speeds up to 5 knots, and generate regular and irregular waves to permit testing in head and following wave directions) d) Cavitation Tests in water tunnel (attain a range of tunnel pressures from 10 to 40 Pounds Per Square In. Absolute (PSIA) with tunnel velocities up to 25 fps (feet per second)). Cavitation tests include testing propellers up to 12 in. in diameter and testing with inclined shafting for the propeller. Complete facility and personnel requirements are detailed in the solicitation. Offerors interested in receiving a copy of the solicitation when it is issued should submit a written request by mail to: Commander, NSWCCD, Attn: David Tychman (Code 3322), 9500 MacArthur Blvd., West Bethesda, MD, 20817-5700, or by FAX to: 301-227-3638, and reference the solicitation number. (0112)

Loren Data Corp. http://www.ld.com (SYN# 0009 19970424\A-0009.SOL)


A - Research and Development Index Page