Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 09, 2017 FBO #5769
MODIFICATION

H -- Fatigue Life Assessment Program (FLAP) to assess remaining life of structures of USCG WMSL

Notice Date
9/7/2017
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC), 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000, United States
 
ZIP Code
21226-5000
 
Solicitation Number
HSCG40-17-Q-PS2001
 
Archive Date
9/30/2017
 
Point of Contact
Dennis S Kokoskie, Phone: 4107626097
 
E-Mail Address
Dennis.S.Kokoskie@uscg.mil
(Dennis.S.Kokoskie@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
CONTENTS 1 Introduction 2 Reference Materials 3 Scope of Work 4 Deliverables and Schedule 5 Quality Assurance 6 Security Clearance 7 Use of Government Furnished Equipment 8 Notes 1. INTRODUCTION 1.1 The U.S. Coast Guard (USCG) SFLC has been involved in a Fatigue Life Assessment Program (FLAP) to assess remaining life of structures of USCG WMSL Class. The USCG is planning to increase days away from home port and on extended patrols in high latitudes for WMSLs. Continued monitoring is required to determine the impact of these patrols on fatigue damage and extreme loading on a long term basis to support hull structure sustainment decisions for the WMSL class. The objective of this effort is to develop and install a Hull Structure Monitoring (HSM) system to quantify fatigue life and extreme load of USCG WMSL class hull structure and improve long term structural maintenance decisions based on the data to be collected. 2.0 REFERENCE MATERIAL 2.1 WMSL General Arrangement Drawing. 3.0 SCOPE OF WORK To achieve the objective, the following tasks shall be performed: Task 1 - HSM Prototype Development. The Contractor shall travel to the USCG WMSL BERTHOLF in Alameda CA to evaluate components reusable from the FLAP system for reuse a monitoring campaign. In coordination with the USCG SFLC ESD, the contractor shall develop one HSM system to be installed the USCGC BERTHOLF and a second design for follow on WMSLs (not including USCGC STRATTON). The HSM shall measure strain data and calculate the cumulative fatigue damage at key locations. The HSM shall record peak strains and infer hull sectional loading from the measurements. The contractor shall also investigate the statistics of fatigue and extreme loading and on the hull structure and structural response as part of the system design. Ship as Wave Buoy (SAWB) technology shall be used to infer wave conditions based on a motions sensor located close to the Cutter's center of gravity along with GPS instrumentation located on the forward mast to monitor the speed and heading combinations the USCG WMSL encounters annually. The instrumentation shall include a monitoring computer located in the fan room on the main deck forward of Frame 44. The monitoring computer shall be installed on a standard size rack that is boled to a foundation welded to the deck. The rack shall include all data storage and analysis hardware and software. A UPS shall be installed in the rack to back up power for momentary power transfers. Power to the system in the rack shall be hard connected to a power panel located forward of FR 44. The power cable shall be run in the existing power cable ways. The contractor shall reband as required to run all cabling in the existing cable ways. Electronic long base strain gauges (approximately 1 meter long) shall be located under the 01 deck at the midship (Frame 47) and one forward (Frame 32). Two rosette strain gauges shall be located on details midship and one forward of the deckhouse (Frame 28) on a longitudinal. A GPS shall be installed on the forward mast mounted on the pilothouse. A cable junction box shall be provided and located in the transverse passageway on the aft side of Bulkhead 44 on the Main Deck. The junction box shall have a display showing midship vertical bending moment and wave height calculated from ship as wave buoy calculations. Special consideration shall be given to HSM redundancy and reliability to maximize system availability. All cabling shall be of low smoke and zero halogen construction in accordance with MIL-DTL-24643B, "Cables and Cords, Electric, Low Smoke, for Shipboard Use, General Specification for" or MIL-DTL-24640B. Any cabling that penetrates watertight bulkheads or decks shall be watertight. Where special system design features require cable types other than those covered by MIL-DTL-24643B) those special system cables shall be in accordance with IEEE-STD-45, "Recommended Practice for Electrical Installations on Shipboard". Certification shall be provided that all cables provided meet MIL-DTL-24643B, MIL-DTL-24640B, or IEEE-STD-45. Electric cable applications shall be in accordance with 46 CFR, Subchapter J, Electrical Engineering and IEEE-STD-45. All cable installation shall be in accordance with DOD-STD-2003. Information plates, label plates, and tags shall be installed for equipment, circuits, conductors and cables for and other electrical systems in accordance with NAVSEA S9AA0-AA-SPN-010/GEN-SPEC sections 305 and 400e "General Specifications for Ships of the US Navy". The contractor shall prepare concept system design report and final system design report. Upon acceptance of the Concept Design, the contractor shall develop the detailed design of the instrumentation system. This detailed design shall include the following: • An overall block diagram illustrating all system components and interconnections • A list of all system components including key specifications for each component • A complete system wiring diagram, a detailed wire list, and drawings of all junction boxes and connections • Installation drawings for all system components showing exact locations, methods of attachment to the cutter, and the design of enclosures or other physical protection • A cutter interface drawing and specification detailing all connections to shipboard systems, including but not limited to power, grounding, data connections to other shipboard instrument systems, and in-port data communication system • A software development specification and plan detailing planned data collection, data analysis, data display, data recording, data transfer, system self-diagnostic, and setup functions. Cyber security shall be addressed in the plan. In addition, all planned data processing and analysis algorithms shall be detailed. The contractor shall summarize and report the results of annual fatigue damage accumulation and extreme load statistics to the USCG. The contractor shall travel to a kick off meeting in conjunction with the FLAP system inspection in Alameda CA and two progress meetings one in Alameda CA to collect data and one at the USCG office in Baltimore MD. Task 2 - HSM Installation USCGC BERTHOLF. The contractor shall install the HSM designed as part of Task 1 on a USCGC BERTHOLF located dockside in Alameda CA. The contractor shall provide all of the hardware, materials and labor needed for the HSM installation on the WMSLs. Task 3 - HSM Installations (Optional). The contractor shall install the HSM designed as part of Task 1 for subsequent USCG WMSLs located dockside on the East and West Coasts of the US. The contractor shall provide all of the hardware and labor needed for the HSM installation on the WMSLs. Up to six (3) optional HSMs will be procured. Task 4 - Data Maintenance. The contractor shall maintain the acquired data for access and use by the USCG during the contract period of performance and for the period of the five (5) years from the date of award. 4. DELIVERABLES AND SCHEDULE 4.1 DELIVERABLES - The Contractor shall include in the report deliverable of Tasks 1 to SFLC-ESD-NAME-NAS all photographs, illustrations, charts, graphs, tables, calculations, text, analyses, algorithms, conclusions and recommendations developed completely and exclusively as a part of this project in electronic format. After receiving SFLC-ESD-NAME-NAS comments, the Contractor shall produce the updated deliverable within four weeks. Each deliverable, both draft and final, shall be transmitted to the SFLC-ESD-NAME-NAS with a documenting cover letter and a copy of the cover letter shall be provided directly to the Contracting Officer. 4.2 Modifications to contractor submittals required by the government reviewers, if judged by the contractor to be outside the scope of this Statement of Work, shall be discussed at a meeting of the government technical and contracting personnel with contractor representatives. 4.3 SCHEDULE - The following schedule of events shall be followed by both the U.S. Coast Guard and the Contractor in carrying out the provisions of this Statement of Work. When either party becomes aware of their inability to conform to this schedule, they shall so advise the other party, in writing, propose an alternate schedule, and provide justification. Item No. Description Quantity Deliverable Due 1 Task 1 - System Design Report and Documentation in an electronic format 1 copy 8 weeks after Contract Award 2 Task 2 - Prototype Hull Structure Monitoring System 1 32 weeks after Contract Award 3 Task 1 - Annual Data Summary Reports 1 copy Annually after HSM installation 4 Task 1 - Final System Design and Analysis Report and Documentation in an electronic format 1 copy 156 weeks after Contract Award 5 Task 3 - (Optional) HSM installation on a follow on WMSL with individual pricing for each system and total of 6 systems 1 32 weeks after Contract Option Award 5. QUALITY ASSURANCE 5.1 The government reserves the right to witness the validation procedures and validation processes of any part of the project development at whatever site such action is taking place. 5.2 The government will review the contents and format of the deliverables in their entirety prior to issuing approval. The annual data summary report approval is required for final payment for services. 6. SECURITY CLEARANCE 6.1 This work is not classified. No security clearance is required. 6.2 Foreign nationals may be used on the project as long as USCG operations related data are not shared with them. 7. USE OF GOVERNMENT FURNISHED MATERIAL 7.1 Government furnished material including drawings and reports shall be used for the delivery order only and shall not be used or disseminated for any other purpose. 8. NOTES 8.1 DELIVERY DESTINATION - All items to be delivered under this work statement shall be delivered to the SFLC-ESD-NAME-NAS technical point of contact, Mr. Karl Stambaugh, with a documenting cover letter at the following address: Commander (SFLC-ESD) U.S. Coast Guard Surface Forces Logistics Center Attn: Mr. Karl Stambaugh 2401 Hawkins Point Road Baltimore, MD 21226-5000 For each deliverable a copy of the cover letter shall be provided directly to the Contracting Officer at the following address: Commander (SFLC-ESD) U.S. Coast Guard Surface Forces Logistics Center Attn: SFLC CPD3 Contracting Officer 2401 Hawkins Point Road Baltimore, MD 21226-5000 8.2 RIGHTS IN DATA - All data produced exclusively and completely based on this effort, regardless of form or medium, are considered to be solely the property of the USCG and shall not be released without the written consent of the USCG.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-17-Q-PS2001/listing.html)
 
Place of Performance
Address: Baltimore, Maryland, 21226, United States
Zip Code: 21226
 
Record
SN04666733-W 20170909/170907232817-787474a73aaf33932f8f534bdeb4821c (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.