Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 24, 2001 PSA #2773
SOLICITATIONS

20 -- PROPULSION SYSTEM FOR JOINT MODULAR LIGHTER SYSTEM (JMLS) POWER MODULE

Notice Date
January 22, 2001
Contracting Office
Naval Surface Warfare Center, Carderock Division, Philadelphia Purchase Branch, Code 335, 5001 South Broad Street, Philadelphia Business Center, Philadelphia, PA 19112-5083
ZIP Code
19112-5083
Solicitation Number
N/A
Response Due
February 20, 2001
Point of Contact
Alan Tibbetts, Code 9324, (215) 897-7873/John Kirschiner, Code 9323, (215) 897-7324
E-Mail Address
click here to contact the technical point(s)of contact (tibbettsag@nswccd.navy.mil; kirschnerjj@nswccd.navy.mil)
Description
NAVSEA Philadelphia, PA is seeking expressions of interest, general information and data from potential sources to demonstrate the capability to design, build and test a propulsion system for the Joint Modular Lighter System (JMLS) Power Module. After evaluation of the submittals is complete, the NAVY may select one or more systems for further development and procurement. Procurement is scheduled for FY-03 through FY-09 with an approximate total of 200 propulsion units being procured. JMLS is part of the Joint (Army and Navy) Logistics Over The Shore (JLOTS) system which provides a method for discharging cargo and equipment from Strategic Sealift Ships and transferring to shore when an established port is not available. While the prototype JMLS modules are 8ft high X 8ft wide by 40ft long, the production JMLS modules will be 8ft high X 24ft wide X 40ft long and connect together in various configurations with a ball-lock connector. Two of these configurations are the Warping Tug and Causeway Ferry. Warping Tugs are 24ft wide by 120ft long and used for assembling sub-systems, towing, anchoring and salvage operations. In accordance with the Operational Requirements Document (ORD), Warping tugs are required to attain 8 knots (threshold) and 10 knots (objective) while operating in Sea State 4 and survive in Sea State 5. Causeway Ferries are 24ft wide by 160ft long and used for transporting cargo/equipment from ship to shore. In accordance with the ORD, Causeway Ferries are required to attain 6 knots (threshold) and 8 knots (objective) while carrying 400 tons (threshold) and 450 tons (objective) of cargo/equipment. The JMLS Power Module contains the propulsion system which is used to propel and maneuver Warping Tugs and Causeway Ferries. There are normally two power modules used in each configuration. The propulsion system consists of propulsor(s), engine(s), shafting, gear reduction, couplings, clutches, steering components, cooling systems, and brakes as required to meet the performance requirements. The general certification requirements for the propulsion system are contained in the JMLS ORD and this document will be available upon request. All potential bidders, upon request, will be allowed to inspect the existing prototype power modules in Little Creek, VA for the purpose of gathering data needed for incorporating the propulsion system within the existing power module. Specific requirements for the JMLS propulsion system are as follows: 1. Achieves a minimum of 12,000 pounds of horizontal thrust. 2. Must fit within the 8ft X 8ft X 40ft prototype power module with size and weight kept to a minimum and center of gravity placed as low as possible to maximize craft stability and buoyancy. 3. Contains no external appendages extending beyond the module frame or beneath the keel. 4. Meets all starting and operating requirements in an air temperature range of -20 to 120 degrees Fahrenheit, sea water temperature range of 28 to 95 degrees Fahrenheit and relative humidity of 0 to 100 percent without any adverse effects. 5. Propulsor(s) must have 360 degree steering capability. 6. Diesel engine(s) must be four stroke and rated for a minimum 80% duty cycle. 7. Interfaces with the SIMRAD SPS-1 Dynamic Positioning System as the primary controller and also includes an emergency mechanical back up control system which control steering and engine operation at a minimum. 8. Diesel engine(s) used on the prototype propulsion system must meet EPA Marine Diesel Tier 1 (MARPOL Annex VI) regulations with production engines required to meet EPA Marine Diesel Tier 2 regulations. 9. Primary fuel will be DFM (NATO Code F-76) with engine demonstrating operation on JP-5 (NATO Code F-44) , DF-2 and JP-8 (NATO Code F-35). Engine(s) should be selected to minimize fuel consumption. 10. A single foundation mounts as a minimum, the engine(s), propulsor(s) and other main interconnecting drive-train components. Foundation must be strong enough to handle self-imposed loads plus the effects of Sea State 5 without damage to the propulsion system or the rest of the power module. 11. Clutch allows the engine(s) to run without turning the propulsor and the shaft brake is able to stop the drive-train while not under power. Submissions for this CBD announcement shall include the following information: 1. Past experience with similar type propulsion systems including details of the system, the customer, how many units were built, the cost of the units, warranties and customer POC's including phone numbers. 2. Demonstrated reliability (MTBF) and durability (MTBO) of similar applications. 3. Available facilities including machining, manufacturing, testing, subcontractors and spare parts distributors. 4. Technical capabilities to design, manufacture, test, maintain and overhaul propulsion system components. 5. Logistic capability for the development of technical manuals, maintenance procedures, drawings and parts lists. 6. Past experience and capabilities with remote monitoring systems that keep track of system operating conditions and diagnostic fault codes. 7. Estimates for propulsion system cost (of whole and major components), weight, size and manufacturing lead time. 8. Name of manufacturer and source of origin for major components. This solicitation does not commit the Government to the award of a contract. Upon review of CBD submissions, the Navy may perform site visits. The Government will not pay for any information received in response to this announcement nor will the Government compensate any respondent for any costs incurred in developing the information provided to the Government.
Record
Loren Data Corp. 20010124/20SOL001.HTM (W-022 SN50B4W6)

20 - Ships and Marine Equipment Index  |  Issue Index |
Created on January 22, 2001 by Loren Data Corp. -- info@ld.com