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