|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 16,1995 PSA#1304Department of the Navy, Carderock Division Headquarters, Naval Surface
Warfare Center, Annopolis, MD 21402-5067 A -- BROAD AGENCY ANNOUNCEMENT/SHIP HULL CLEANING AND MAINTENANCE
SYSTEM SOL N61533-95-BAA-0066 DUE 051595 POC Darrell Bachman (410)
293-5273; William J. Barnes (410) 293-5311. This is a Broad Agency
Announcement for applied research as defined at FAR 35.001 and 35.016
and is subject to FAR 6.102(d)(2). The U.S. Navy needs a method for
underwater cleaning of marine fouling from antifouling (AF) paints
without toxicant discharge to receiving waters and methods to monitor
the condition of underwater hull systems on U.S. Navy ships. It is
essential that these ship hulls be maintained free of marine fouling.
The Navy loses $75-100M per year in propulsive fuel due to marine
fouling induced drag on ship hulls. The current cleaning process is
already under scrutiny and regulations are preventing the Navy from
cleaning cuprious ion enhanced AF paints at some locations. The Navy
also spends about $300M per year to drydock ships, of which $80M is for
hull preservation. Expensive maintenance costs can be reduced with
information provided by a hull monitoring system. This information can
also support planning for the drydock work package. The ships to be
cleaned and inspected have hull areas between 25,000 to 160,000 square
feet and are typically moored at a pier in an industrial marine
environment. All wetted areas of the hull need to be cleaned, up to and
including, the waterline. The Navy is soliciting research proposals
which will demonstrate technical advancements in the state of the art
for ship hull cleaning and maintenance monitoring. This may include
unmanned underwater systems capable of being deployed in the industrial
marine environment as well as material applications. The proposal
should address: 1) development and demonstration of systems and
technologies which would support the application of innovative concepts
to an underwater platform for deployment of government furnished tools
and sensors; 2) technical approach structured into separate subtasks,
schedules and milestone charts including the contractor's capability
to perform the task based on recent experience and corporate
facilities, and experience of the personnel who will perform the task;
3) provisions for on-site reviews, and quarterly progress and
financial reports. The offeror should also provide a detailed cost
breakdown for individual tasks as well as a program cost summary. It is
anticipated that the effort proposed can be accomplished in 9 months.
Proposals should not exceed twenty (20) pages. The primary basis for
selection of the proposals will be their technical merit and the
availability of funds. Proposals shall be evaluated as follows: A)
technical approach and probability of success; B) management and
organizational approach, personnel experience, program plan and
milestones, and corporate capability; C) cost reasonableness and
realism. The contracts expected to be negotiated, are firm fixed price
and cost reimbursement. Potential offerors shall submit an original
plus four copies of the proposal. The date of closing is 60 days after
this announcement. Proposals can be submitted to Dana Lynn, Code 8520,
Naval Surface Warfare Center, Carderock Division, 3A Leggett Circle,
Annapolis, MD 21402-5067. (0073) Loren Data Corp. http://www.ld.com (SYN# 0013 19950315\A-0013.SOL)
A - Research and Development Index Page
|
|