Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 22,1998 PSA#2016

Commanding Officer, NAVFACCO Bldg 41 Code 27, NCBC 1000 23rd Ave, Port Hueneme, CA 93043-4301

A -- ENGINEERING SERVICES FOR MARINE AND UNDERWATER STRUCTURES SOL N47408-98-R-3910 DUE 030998 POC Contract Specialist, Carol A. Bean, 805-982-5055 The Naval Facilities Engineering Service Center intends to competitively acquire engineering services to perform concept development, engineering design and analysis, fabrication, installation, recovery and testing for specific tasks related to developing structures for use in marine and underwater environments. Examples of applications for such structures include mobile offshore bases, suspended underwater structures for supporting mechanical and electronic equipment, moored offshore stations to support Navy test and training operations, and moored floating platforms to support underwater construction operations. The structures can be moored vessels or buoys, suspended cable or tubular-member structures, or compliant platforms, such as surface and submerged tension-leg type platforms or articulated towers and pile founded fixed jacket structures. These structures may include structural, mechanical, and electrical components. The work may include development of: (1) numerical simulations and analyses of the performance of such structures in different marine and underwater environments, (2) preliminary and/or detailed design and analysis, (3) preparation of fabrication drawings and specifications, and installation plans, (4) analysis of the behavior of the systems and components during the installation, operation and recovery phases, (5) fabrication of models for test and evaluation in a laboratory or field environment, (6) fabrication, assembly and installation of full-scale systems for operation in a marine or underwater environment, (7) reduction and analysis of experimental data obtained from system or component tests, (8) environmental design criteria (meterologic, oceanographic, and limnologic) using probabilistic methods, (9) structural reliability and risk assessments including development of probability functions for the loading and component/system structural resistances, failure analyses, (10) analysis and reporting of results, and (11) dynamic position control systems modeling of ocean structures. Examples of marine and underwater structures or structural systems which are anticipated to require engineering services under this contract include the following: (1) moored and free floating platforms, (single or multiply connected), (2) tension-leg structures, (3) tethered buoyant systems with single or multiple surface floats and mooring legs, (4) suspended tubular frames or cables for supporting electrical/mechanical equipment in the water column including electrical-mechanical cables and connectors as needed for interconnecting electrical equipment and providing mechanical restraint, and (5) pressure-resistant structures serving as suspended hulls or floats and (6) fixed pile founded jacket structures, (7) towed body systems and towed array systems, (8) cable deployment and anchoring on the seafloor. Also included are those systems used in the deployment, recovery and test and evaluation of marine and underwater structures, e.g. engineering test instrumentation, navigation and surface/subsurface positioning systems, installation platforms, and load handling equipment. Firms having an applicable interest, capability, and background should request a Request for Proposal and provide their company name, point of contact, address, phone number and fax number within 15 days to Vai Tutogi. It does not constitute a requirement for bid or proposals and is not to be construed as a commitment by the Government. No Request for Proposal is available. The envisioned contract will be for a base year and multiple option years. Anticipated effort will vary year by year as existing programs wax or wane in their need for support. Max hour ceiling for any one year is estimated at between 22,000 -- 25,000 hours. Interested prospective contractors must have a SECRET facility clearance or be able to obtain one within 90 days of contract award. Firms responding to this notice should indicate whether they are a small or large business concern based on size standard NTE 500 employees, or a small disadvantaged business concern as detailed in FAR Part 19. (0016)

Loren Data Corp. http://www.ld.com (SYN# 0003 19980122\A-0003.SOL)


A - Research and Development Index Page