Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 10,1997 PSA#1821

COMMANDING OFFICER, ATTN NAVFAC CONTRACTS OFFICE CODE 27, NCBC 1000 23RD AVE, PORT HUENEME, CA 93043-4301

19 -- JOINT MODULAR LIGHTER SYSTEM (JMLS) SOL N47408-97-R-1CBD DUE 050297 POC Contract Specialist, PENNI M. WILSON, 805-982-5075, pmwilson@cbcph.navy.mil, Contracting Officer, BETTY PETTIGREW, (805) 982-2817, brpettigrew@cbcph.navy.mil The Naval Facilities Engineering Command Contracts Office anticipates releasing an RFP for the procurement of a Joint Modular Lighter System (JMLS) in the August 1997 timeframe for the Civil Engineer Support Office (CESO), Port Hueneme, CA and is issuing this sources sought synopsis during the planning stages to obtain industry comment on the following Statement of Objectives (SOO) and the draft Performance Specification. STATEMENT OF OBJECTIVES The objective of the proposed Joint Modular Lighter System (JMLS) is to transport loaded wheeled, tracked and break bulk cargo from Maritime Prepositioned Force (MPF) ships and Assault Follow-On Echelon (AFOE) ships to the shore and back to the ships. JMLS shall be transportable unassembled in International Organization For Standardization (ISO) container compatible ships, Large Medium Speed RO/RO ships (LMSR), Maritime Prepositioned Force (MPF) ships, Lighter Aboard Ships (LASH), Sea Barge Ships (SEABEE), Transport Auxilary Crane Ships (T-ACS) and intermodal transported by truck, rail and barge. JMLS shall be comprised of five subsystems which shall operate independent of each other and simultaneously. The five sub-systems are described below. JMLS shall be constructed of ISO container ship compatible floating modules in accordance with ISO 688 and ISO 1161 and ancillary equipment. The ISO modules are the "building blocks" of JMLS. A connector system shall be used to assemble modules together side- to-side and end-to-end to form the various sub-systems. JMLS sub-systems shall have dedicated propulsion, mooring, lighting, fendering systems and crew shelter as required. JMLS shall have high reliability, require low maintenance and low life cycle costs. JMLS shall be offloaded, assembled, operated, maintained and backloaded through Sea State 3 (SS3) conditions and survive SS5 conditions except as noted elsewhere. Sea state conditions shall be defined by the Pierson-Moskowitz Sea Spectrum. JMLS shall operate continuously day and night for 180 days, in various environments of air and water temperature and humidity, with 5th to 95th percentile personnel (male and female) wearing Chemical, Biological and Radiological (CBR) protective gear, survive High Altitude Electromagnetic Pulse (HAEMP) conditions, have an electronic signature compatible with handling ammunition, meet Environmental Protection Agency (EPA) and U.S. Coast Guard regulations and withstand a 4 knot beam current. JMLS shall interface with ships and cranes as described above and Elevated Causeway Modular (ELCAS (M)), Offshore Petroleum Discharge System (OPDS), Navy Lighterage (NL) Causeway Systems, Army Modular Causeway System (MCS), Logistics Support Vessel (LSV), Landing Craft, Utility 1600 (LCU-1600), Landing Craft, Utility 2000 (LCU- 2000), Landing Craft, Mechanized 8 (LCM-8), Landing Craft, Air Cushion (LCAC) and the beach with gradients of 1/10 to 1/120. JMLS shall be comprised of five sub-systems as follows: 1) Warping Tug (WT) -- self propelled floating platform or "work boat" with lifting frame, winch, anchor and control station, used to assemble JMLS and perform salvage and other operations, perform lifting and anchoring operations simultaneously, sustain speeds of 8 to 10 knots, operate through SS4, carry 50 short tons. 2) Causeway Ferry (CF) -- self propelled floating platform, with control station, used for transporting wheeled, tracked and break bulk cargo, carry 400 to 450 short tons, interface with RRDF, ships and the beach, sustain a speed of six to eight knots. 3) Roll-On/Roll-Off Discharge Facility (RRDF) -- non-powered floating platform interfacing between the RO/RO ships and three lighters simultaneously. 4) Air Cushion Vehicle Landing Platform (ACVLAP) -- non-powered floating landing platform interfacing between the LCAC and the ship or RRDF. 5) Floating Causeway (FC) -- non-powered floating platform used as a cargo offloading and administration pier at the beach, maximum length of 1,500 feet, withstand tidal range of 8 to 12 feet, have its own anchor system and allow docking for two LCU-2000 simultaneously. The following tasks and data are representative of what the successful contractor shall be required to perform or provide, as required, and is NOT all inclusive: 1) Develop Statement of Work 2) Design JMLS (all five sub-systems) 3) Design Evaluation with Government 4) Prototype Development 5) Integrated System Assembly, Testing and Evaluation Program 6) Interim Contractor Support 7) Configuration Management Program (CMP) 8) System Engineering Program (includes System Engineering Management Plan (SEMP)) 9) Program and Contract Work Breakdown Structures (PWBS/CWBS) 10) Cost/Schedule Status Report (CSSR) 11) Reliability, Maintainability and Availability (RMA) Program 12) Part Standardization Program 13) Training Program 14) Safety Program 15) System, Operations and Maintenance Manuals 16) Engineering Level 3 Detail Drawings in AUTOCAD Format 17) System Design Report 18) Fabrication and Process Specification Development 19) Installation and Operation Timelines for all five sub-systems 20) Life Cycle Costing Data 21) Environmental Impact Program 22) Data Deliverables Program 23) Operational Site Activation Program 24) Spare Parts Program 25) Disposal Program 26) Program Management Plan 27) Peculiar and Common Support Equipment Program. A draft copy of the JMLS Performance Specification dated April 4, 1997 can be found at the Civil Engineer Support Office (CESO)/JMLS public internet web page address: ftp://199.123.61.80/jmls/pspec.doc or can be obtained in hard copy format from the Contracting Office. The draft performance specification on the internet is in MicroSoft Word 6.0 format. Interested companies are requested to submit the following data package no later than May 2, 1997 to the Contracting Office listed above: 1) Comments on the Statement of Objective 2) Comments on the Performance Specification 3) Identification of commercial items that could satisfy the Government needs 4) Specifics on the commercial substitutions proposed 5) Comments on whether or not the performance specification is restrictive or ambiguous with descriptions of the restrictions/ambiguities 6) Questions concerning any of the documents reviewed, to be addressed at an industry/Government meeting scheduled for May 14, 1997 at the Naval Facilities Contract Training Center, Bldg. 1444, Naval Construction Battalion Center, Port Hueneme, CA. to be held from 9:00 -- 5:00. All questions will be addressed at the conference with minutes disseminated to all interested parties including those companies not in attendance. Attendance will be limited to two representatives per contractor. The names of the attendees should be provided as part of the data package submitted no later than May 2nd so that arrangements can be made for base access. Questions concerning this announcement should be addressed to the Contracting Officer or Contract Specialist listed above. (0098)

Loren Data Corp. http://www.ld.com (SYN# 0175 19970410\19-0001.SOL)


19 - Ships, Small Craft, Pontoons and Floating Docks Index Page