DOCUMENT
19 -- REQUEST FOR INFORMATION (RFI) MARKET SURVEY Design and Construction Best Practices, Dry Deck Shelter (DDS) Extension and Design Improvements to Support Future Fleet Payload Requirements - Attachment
- Notice Date
- 12/6/2010
- Notice Type
- Attachment
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- N00024 NAVAL SEA SYSTEMS COMMAND, DC 1333 Isaac Hull Avenue S.E. Washington Navy Yard, DC 20376-2060
- ZIP Code
- 20376-2060
- Solicitation Number
- N0002411R6401
- Response Due
- 1/20/2011
- Archive Date
- 6/20/2011
- Point of Contact
- John C. Piunno 202-781-1535
- E-Mail Address
-
iunno@navy.mil<br
- Small Business Set-Aside
- N/A
- Description
- REFERENCES: (a) NAVSEA SS800-AG-MAN-010/P-9290 (P-9290), SYSTEM CERTIFICATION PROCEDURES AND CRITERIA MANUAL FOR DEEP SUBMERGENCE SYSTEMS DESCRIPTION: This RFI is being conducted to request a Rough Order of Magnitude (ROM) cost and schedule to perform the following efforts: a)To design, construct, install on a host submarine, certify for manned operations in accordance with reference (a), and operationally test a fifty inch (50 ) extension to an existing DDS. This 50 extension will be welded to the aft end of the existing hangar. Estimate should consider both OHIO Class Submersible Ship Guided Nuclear (SSGN) and VIRGINIA Class Host Submarines. The Government does not intend to install an extended DDS on any LOS ANGELES Class submarines. b)Develop improvements to the DDS Hangar Outer Door to allow remote operation (unlock, open/close, lock) of the door. c)Develop improvements to assist personnel in the deployment and retrieval of the track and cradle system from the extended shelter for a payload that weighs significantly more than the existing SDV. This RFI is for fact finding only and does not constitute a commitment or obligation by the Government to issue a Request for Proposals (RFP), contract or order. The Government will not pay for any effort expended or any material provided in response to this announcement, nor will the Government return any data provided. BACKGROUND: The existing six (6) DDSs are 9 feet wide, 9 feet high, 38 feet long, and displace approximately 35 tons. A DDS is currently capable of carrying a payload of 15,000 pounds. The DDS consists of three interconnected compartments made of HY-80 steel within a fiberglass fairing, each capable of independent internal pressurization to a depth of at least 130 feet. When attached to its host submarine, the DDS can withstand external pressure to the submarine's full depth capability. The existing DDS can be hosted by specifically modified LOS ANGELES, VIRGINIA, and OHIO (SSGN) Class submarines. The forward-most compartment, a sphere, is the hyperbaric chamber which is used for treatment of injured divers. In the middle compartment, or transfer trunk, operators enter and exit the submarine and/or either of the other compartments. The third compartment, the hangar, is a cylinder with elliptical ends. The Fleet has identified a need to deploy larger payloads than the existing DDS can accommodate. The capabilities of these larger payloads are constrained by the space and payload weight carrying capacity, as well as the launch and recovery methods of the current DDS. As a result of this needed capability, an extension to the hangar compartment of 50 is necessary. Additionally, the Government is investigating options to allow the remote operation (unlock, open/close, lock) of the Hangar Outer Door and improvements to assist personnel in the deployment of the Track and Cradle with a larger payload. The current DDS operating procedures for the Hangar Outer Door require that DDS personnel manually release eighteen (18) swing bolts which hold the door in the closed position from the inside of the hangar prior to opening the door with hydraulic power assistance. Once closed, DDS personnel must engage the swing bolts to lock the door shut. Larger payloads envisioned for the extended DDS may make the hangar door inaccessible from inside the shelter, requiring an alternate approach to Hangar Outer Door operation. The current DDS operating procedures for the Track and Cradle require that DDS personnel, nominally two divers, manually pull the track from the DDS, extend support legs and lock the track into blocks on the host. The cradle with payload is then pulled out onto the track via manual winch. Larger payloads will require a more robust track and cradle system, which could be beyond the physical capability of divers to manually deploy and retrieve. Approaches to assist divers in the deployment and retrieval of a more robust track and cradle with a larger payload are desired. For this RFI, a notional payload of 60" beam, 60" height, and 28,000 pounds is envisioned with a hangar extension not to exceed 50 . The extent of any increased dimensions or weight to the DDS may be constrained by various design factors of the host submarines. These factors include, but are not limited to, weight margin for host submarine stability, host submarine load-out within the existing equilibrium polygon, structural constraints for mounting the DDS, and required piping and electrical interfaces between the DDS and host submarine. These design constraints are identified within the drawings for host submarines. APPROACH: The Government may provide limited access to a DDS for ship checks on a not to interfere basis and expects to provide the following items to potential responders upon request as discussed below: a) Drawings of the current DDS units, external and internal configurations b) Specifications used to design and build the current DDS units c) Current SDV launch and recovery procedures d) Topside arrangement drawings for VIRGINIA Class and OHIO Class SSGN host submarines DATA LIBRARY: The Government will provide upon request, a classified electronic library (e.g. CDs) for responder accessibility to the GFI data/documents identified above for those responders cleared to receive the level of classified data. In addition, the documents will be made available at or near the Program Office located at the Washington Navy Yard in the District of Columbia. The Government does not warrant the content and performance of the design data contained therein. Respondents may submit a request for classified information up to the Confidential level to: Naval Sea Systems Command Attn: Brian Pelletier, Code PMS399A4, 614 Sicard Street SE, Stop 8840, Washington Navy Yard DC 20376-8840, phone 202-781-1927, e-mail brian.c.pelletier@navy.mil. Requests shall specifically include Respondents Name, Address and Zip Code, Cage Code and Cognizant Security Office (Name Address and Zip Code ) as well as the actual performance location including: Address and Zip Code, Cage Code and Cognizant Security Office, Address and Zip Code. Classified documents will be forwarded only after Government review of the respondent's authorized security level. Access to classified information shall only be for the duration of the RFI including Government evaluation of the RFI responses. RESPONSES: Respondents must have the capability to handle classified material up to the level of CONFIDENTIAL. Respondents should submit responses in hard copy and electronic format (Microsoft Office 2003 or later compatible and/or Adobe 8.0 or later compatible formats). Responses must include the name, position, telephone number, and e-mail address of the Industry Point of Contact (POC) for technical and contractual issues. Information is desired in the following areas: a) General sketches and description of the DDS extension, hangar outer door, and track and cradle concept which can support a larger and heavier payload; b) New or developing technologies or proprietary products/processes associated with the responder's concept; c) Contractor's assessment of the highest risk areas and mitigation strategies; d) Recommended changes to launch and recovery CONOPS that would facilitate advanced technologies; e) ROM estimate of the cost to design and modify, certify and install a modified DDS on an SSGN and VIRGINIA Class Host Submarine. Separate ROM estimate for each class of host submarine; f) Description of required modifications to DDS host submarines, including ROM estimate of the cost to design, modify and certify the modifications, if any. Information is desired for each class of submarine; g) Estimated schedules and program timeline; and h) Description of responder's facilities to conduct the work of the program or potential teaming arrangements. SUMMARY: Naval Sea Systems Command (NAVSEA) will manage this survey. Respondents may respond to this RFI no later than 29 January 2011 to: Commander, Naval Sea Systems Command Attn: Brian Pelletier, Code PMS399A4, 614 Sicard Street SE, Stop 8840, Washington Navy Yard DC 20376-8840. Electronic responses may be sent to brian.c.pelletier@navy.mil (unclassified) or brian.pelletier@navy.smil.mil (classified). As a means to further define future program plans and requirements, an exchange of information between industry and the program manager, contracting officer, and other participants may be achieved by one-on-one meetings with respondents to clarify and resolve concerns regarding the acquisition strategy. These exchanges may include, but are not limited to acquisition planning schedules; the feasibility of the requirements, including performance requirements, statements of work, and data requirements; the availability of reference documents; and any other industry concerns or questions. All interested sources are encouraged to respond. All responses submitted will be reviewed. All submissions shall be considered proprietary/potential source selection sensitive and treated accordingly. The Government does not commit to providing a response to any information submitted, comment or questions received. The Government may use the information provided in response to this RFI to support urgent, on-going, initiatives within DoD to analyze emerging requirements for systems that can improve the overall effectiveness of Special Operations Forces missions. Any revision to this RFI based on comments received remains solely at the Government's discretion. These initiatives may ultimately result in the Government developing and issuing a RFP. NAVSEA provides the above information for information only. This is not a Request for Proposal or announcement of a solicitation. This Request for Information does not constitute a commitment by the Government to issue an RFP, contract or order. Under FAR Part 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. The Government will not pay for any effort expended or any material provided in response to this announcement, nor will the Government return any data provided. This SOW does not include contractor travel for investigation or presentation purposes. No basis for claim against the Government shall arise as a result of this announcement or for Government use of any information provided. Contracting Office Address: N00024 NAVAL SEA SYSTEMS COMMAND, DC 1333 Isaac Hull Avenue S.E. Washington Navy Yard, DC 20376-2050 Technical Point of Contact: Brian Pelletier; brian.c.pelletier@navy.mil; 202-781-2686
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N0002411R6401/listing.html)
- Document(s)
- Attachment
- File Name: N0002411R6401_DD_Form_254_for_N00024-11-R-6401.PDF (https://www.neco.navy.mil/synopsis_file/N0002411R6401_DD_Form_254_for_N00024-11-R-6401.PDF)
- Link: https://www.neco.navy.mil/synopsis_file/N0002411R6401_DD_Form_254_for_N00024-11-R-6401.PDF
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: N0002411R6401_DD_Form_254_for_N00024-11-R-6401.PDF (https://www.neco.navy.mil/synopsis_file/N0002411R6401_DD_Form_254_for_N00024-11-R-6401.PDF)
- Record
- SN02338973-W 20101208/101206233919-86ad6cedad534c592d8d00d7bb118869 (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 |