|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 1,1998 PSA#2106Commanding Officer, NAVFACCO Bldg 41 Code 27, NCBC 1000 23rd Ave, Port
Hueneme, CA 93043-4301 A -- FRP/CONCRETE HYBRID PIER CONSTRUCTION SOL N47408-98-R-3934 DUE
071398 POC Naomi Melendez, Contract Specialist, 805-982-5095; fax
805-982-3015 This announcement constitutes the Broad Agency
Announcement (BAA) for the Naval Facilities Engineering Service Center
(NFESC) under FAR 6.102(d)(2) to solicit research proposals for
innovative technology solutions for FRP/CONCRETE HYBRID PIER
CONSTRUCTION. (1) The Naval Facilities Engineering Service Center
(NFESC) is developing cost competitive, long lived, lightweight, and
modular structural concepts for Navy pier construction having a zero
maintenance requirement for 75 years in a severe marine environment.
The modularity will facilitate offsite construction and structural
modification to meet changes in mission requirements over its service
life including possible relocation. (2) The Navy has a need for
modular, prefabricated structural components to provide a new
capability to reconfigure its waterfront infrastructure to meet changes
in ship characteristics and force realignments. CONCEPTS will be
developed and feasibility demonstrated for construction of waterfront
pier structure using high performance concrete reinforced with fiber
reinforced polymer (FRP) composites. CONCEPTS will maximize maintenance
free service life while providing a competitive initial cost with
conventional construction. The CONCEPT will function with the
operational advantages of double deck and floating piers and meet
requirements specified in MIL-HDBK-1025/1 including operational support
with unlimited access for 140-ton mobile cranes, functional separation
of deck operations and utilities, and support for berthing of major
combatants. The CONCEPT will reflect operational and structural
performance trade-offs and will marry discrete state-of-the-art
technologies such as high strength lightweight concrete, FRP
reinforcement systems, and fault diagnostics. Emphasis will be placed
on exploiting the performance characteristics of the constituent
materials without mimicking traditional construction technology. (3)
CONCEPTS will address the specific functional classification BERTHING
PIER and may be classified as OPEN or FLOATING construction in
accordance with MILHBK 1025/1 PIERS AND WHARFS. The general purpose of
a berthing pier is for mooring ships and providing operational space,
utilities and support facilities. Berthing pier activities include:
personnel transfer, maintenance and repair, cargo transfer, crew
training, and waste handling. Berthing pier features and functions
include hotel and ship service utilities, access facilities, fendering,
crane services, mooring devices, access to external transportation,
lighting, security and other support facilities such as fire alarm. The
provision for unlimited portable crane operations in support of
maintenance, repair, and cargo transfer as well as of utilities such as
water, heat, sewer, electricity, communication cables, and compressed
air are the most important functional features of a berthing pier.
Utilities and fendering historically conflict with efficient portable
crane operations. Cranes are most efficient when they are as close to
the ship as possible and near the ship freeboard level. Utilities near
the edge and on the pier deck surface or in vaults and tunnels with
hatches as well as wide fendering systems separate cranes from the
ship. Heavier (higher capacity) cranes are used primarily for their
reach and not for their lift capacity. The Navy estimates that
utilities and fendering can result in a 40 percent efficiency reduction
of crane capacity. The Navy will provide fendering designs for the
hybrid pier from ONR project PE0603725N Advanced Berthing Systems. (4)
Proposer will submit sufficient description of CONCEPT(s) for the Navy
to judge merit of proposal. Identify technological inhibitors. Identify
advantages of concept. Favorable reviews will be given for those
concepts that provide an open deck with more usable space for
operations, simplified fendering, mitigation of tidal effects, seismic
resistance, reduction of pier down time and site congestion during
construction and erection, separation of utility and operational
functions, and accessibility of utilities. Favorable reviews will also
be given to programs that emphasize the partnership Navy engineers and
facilities with private and academic consortia. The Naval Facilities
Engineering Command (the system command of NFESC) is recognized as the
world's leading authority on waterfront design and construction. The
Proposer must consider that the Navy plans to construct a hybrid pier
in the 2004 time frame MILCON using the most effective technology. The
design will probably employ ACI, Canadian, and Japanese guidelines for
FRP/concrete design and construction as well as NFESC and MILHDBK
1025/1 guidelines. Hybrid pier CONCEPTs must meet the following
structural and geometric requirements for 2004 MILCON: berth two
abreast medium size surface combatants (e.g. CG, DDG, FFG) in 40 feet
water depth, the total berthing space must be 2400 to 2800 feet in
length while the operational deck must be 100 to 120 feet wide, support
140-ton mobile crane operations with 240,000 lbs outrigger loads plus
1200 psf live load, be located 20 ft above water, and provide up to
25,000 ft2 for Phased Maintenance Activities. The CONCEPT will include
FRP-prestressed concrete deck with utility galleries. Open and
floating structures will employ FRP confined concrete piles.
Nonstructural elements will employ FRP exclusively. (5) Computer
modeling will be used to evaluate the systems operational performance
while finite element modeling will be used to analyze the load response
performance of subsystems. Laboratory tests to determine material
constitutive relationships and to benchmark subsystem performance will
be used to refine and validate the computer codes. Constructability
and operational performance and load response of an optimized pier
system will be analyzed and the concept refined. One-half scale tests
will include component and substructure load performance including
lateral load response, vertical load response (static, creep), and
structural monitoring system performance. (6) This Task will be
accomplished in three phases, with the last two phases being awarded
based on progress attained in the previous phase. The estimated funding
range for the initial Phase I CONCEPT is up to $150,000. Phase I will
develop structural CONCEPTs, characteristics of the materials to be
used, and the methods of construction. Computer modeling will be
initiated to validate feasibility, constructability, and performance of
proposed concepts and will include material characteristics. Subsystem
structural and mechanical evaluation will be initiated utilizing
computer modeling and laboratory testing to perform engineering
analysis, conceptual designs, feasibility analysis, environmental
simulations and proof of principle demonstrations. Other important
areas of interest include diagnostic and structural monitoring sensors.
PHASE II will include refining pier structural concepts with computer
models, determining material constitutive relationships, benchmarking
subsystem performance that will be used to refine and validate computer
codes, and procuring one half (1/2) scale components. Operational and
load response performance of various concepts will be evaluated.
Subsystems (piles, pile caps, beams and decks) performance will be
evaluated by laboratory testing. Qualitative diagnostics will be
integrated with selected substructures. PHASE III will be the
construction of a half (1/2)-scale pier section at the NFESC Advanced
Waterfront Technology Test Site (AWTTS). The concept will be tested for
constructability, load response and service monitoring. Testing will
include lateral load response, vertical load response (static creep)
and structural monitoring system performance. Testing will determine
the feasibility of hybrid construction concepts including the effect of
embedded sensors on mechanical behavior, hybrid system behavior,
durability of material constituents and structural components, material
structural interaction (e.g. anchorage/slip) modeling, and quality
control. Evaluation factors are past performance, technical and
organizational capability, ability to meetNFESC mission within the
estimated time frame, qualifications of key personnel. (7) Interested
parties are requested to contact Dr. George Warren prior to submission
of proposals. Technical questions regarding this BAA may be submitted
to Dr. George Warren via telephone (805) 982-1236 or via e-mail at
gwarren@nfesc.navy.mil. (0148) Loren Data Corp. http://www.ld.com (SYN# 0004 19980601\A-0004.SOL)
A - Research and Development Index Page
|
|