Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 01, 2004 FBO #1040
SOURCES SOUGHT

39 -- OAMCM Tow Cable Maintenance and Handling Device

Notice Date
9/29/2004
 
Notice Type
Sources Sought
 
Contracting Office
NSWC Panama City, Code XPS1, 110 Vernon Ave., Panama City, FL
 
ZIP Code
00000
 
Solicitation Number
N6133104QMH01
 
Response Due
10/28/2004
 
Description
The Naval Surface Warfare Center Panama City is seeking sources to develop a piece of support equipment to handle and maintain the Organic Airborne Mine Countermeasures (OAMCM )Tow Cable. This capability will be necessary on board large ships as well as land based support activities. It will be referred to here as the OAMCM Tow Cable Maintenance and Handling Device (OTCMHD). The CSTRS (Carriage Stream Tow & Recovery System) handling system, including the OAMCM Winch, was developed based on the Tow Cable that was specifically developed for use with the AN/AQS-20A towed sonar system on the MH-60S helicopter. Still, the intent is to have a common tow cable for the three OAMCM systems that will require it (AN/AQS-20A, OASIS, and AMNS). Currently, the ?Common Tow Cable? (OAMCM Tow Cable) is the one designed for the OASIS system. It is assumed that any modifications to the Tow Cable, for the AMNS and OASIS systems, will not affect the interface of the cable to the OTCMHD. OTCMHD Requirements 1.Shall be used with the OAMCM Winch to remove, install, inspect, maintain, and possibly transfer the OAMCM Tow Cable to a storage drum. 2.Shall be primarily operated with the OAMCM Winch when removed from the helicopter; however, it shall not preclude operation with the OAMCM Winch and the CSTRS Q20 Kit installed on the helicopter. 3.Capable of handling the OAMCM Common Tow Cable without damage to the cable. Characteristics of the cable are as follows: a.0.51 inch cable cross section. Torque balanced. b.Minimum bend diameter of 16 inches on the hard plastic faired section. c.Minimum bend diameter of 16 inches on the bare armored section. d.The OAMCM Tow Cable has a variable cross section including hard plastic fairings, ribbon fairing, tow and carriage stops. e.Large molded fairing that is part of wet end mechanical termination. f.Wet and dry end electrical and fiber optics terminations require careful handling. 4.Capable of interfacing with the OAMCM Winch mechanical support structure a.Shall provide a means to securely mount the OAMCM winch after it is removed from the helicopter. b.OAMCM Winch drum cannot be removed 5.Shall minimize the Manpower required to handle the OAMCM Tow Cable. 6.Shall minimize the operating space required, including the space between OAMCM Winch and OTCMHD, during OAMCM Tow Cable transfer. 7.Shall minimize the amount of space required for its storage. 8.Maintenance concept shall consider three levels of maintenance (Organizational, Intermediate, and Depot). Recommended levels of maintenance will be determined by the Level of Repair Analysis (LORA). 9.Design shall minimize the need for Peculiar Support Equipment. 10.The size, shape, and other features shall be designed to facilitate transportation and operation afloat and ashore. 11.The OTCMHD, or any auxiliary equipment required with it, shall fulfill the requirements of the OAMCM Winch hydraulic system, (Space required for Auxiliary Equipment will count towards required operating space). The OAMCM Winch hydraulic system requirements are: a.3000 PSI pressure compensated pump and 13 GPM b.Mil-PRF-83282 hydraulic fluid c.3 micron filter d.Test port for hydraulic fluid e.Pressure and Flow Rate Gages 12.Shall be capable of applying constant tension during installation of the OAMCM Tow Cable on the OAMCM Winch (variable up to around 300 lbs). 13.Application of constant cable tension is preferred during OAMCM Tow Cable removal from the OAMCM Winch. Note: OAMCM Winch drum cannot free wheel; can only outhaul/inhaul. Note: OAMCM Winch has an anti-slack system capable of outhaul with no tension on the cable. Anti-slack system applies 40 lbs tension to the drum at all times. 14.Shall be capable of controlling the rotation of the OAMCM Winch drum to remove and install the OAMCM Tow Cable on the OAMCM Winch. a.Controlled manually with OAMCM Winch pendant or b.Controlled by the maintenance laptop on the OAMCM Winch or c.Controlled automatically by interfacing with the OAMCM Winch control system (computer). d.Variable Speed from 0-50? Feet/min for inspection and repair. e.Minimize take up drum and OAMCM Winch timing surges that result in loss of tension or over tension. 15.It shall be capable of level winding the OAMCM Tow Cable on the removal/storage drum as it is removed from the OAMCM Winch. a.Bare cable and ribbon-faired cable cannot be wrapped on top of hard plastic fairing. 16.The OAMCM Tow Cable tension shall not exceed the stall tension of the OAMCM Winch (1550 lbs.) during its installation and removal. 17.Shall not exceed the structural design loads of the OAMCM Winch. 18.Capable of transport by four crewman on Navy CV or other large Navy vessel a.Use MIL-STD-1365B for guidance 19.Shall run off of the following electrical power a.115 VAC 60 HZ 30 Ampere Breaker single phase maximum b.28 VDC 10 Ampere Breaker minimum for OAMCM Winch requirements 20.Shall supply the OAMCM Winch the following electrical power a.115 VAC 400 HZ 3 phase Wye 7.5 Amperes per phase supplied from 10 Ampere 3 phase 400 Hz breaker b.28 VDC 5 Ampere Breaker c.An additional 28 VDC 5 Ampere Breaker 21.Environmental Requirements: Refer to requirements in MIL-STD-1365B a.Temperature i.Operating: -29 to +60 degrees Celsius ii.Storage: -40 to +65 degrees Celsius b.Humidity: Refer to requirements in MIL-STD-1365B c.Salt Spray: Refer to requirements in MIL-STD-1365B 22.Shall comply with Safety and Human Engineering requirements concerning Operator and Maintainer cable handling. Interested firms shall respond with brief documentation showing the company's ability to fulfill the requirement described above. Only prime contractors should respond. A list of responding prime contractors will be furnished to potential subcontractors upon request. This is not a solicitation nor will a solicitation package be issued as a result of this announcement. In the event that a solicitation is developed, it will be assigned a formal Request for Proposal (RFP) number and the announcement will be published in the FEDBIZOPS. Responses requested within 30 days. Direct expression of interest as well as required documentation should be addressed in writing to Mary F. Hines, Code: XPS1, NSWC Panama City 110 Vernon Ave, Panama City, Fl 32407-7001. (850) FAX (850) 234 ? 4251, or E-mail: mary.f.hines@navy.mil. FSC: 3950, NAICS: 333923, Size Standards: 50! 0. Technical POC: Annabel Steuwer 850-234-4247. Responses to this sources sought should be send to the address stated above not later than 28 Oct 2004. This announcement should not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract.
 
Web Link
NSWC Panama City Sources Sought
(http://www.ncsc.navy.mil/Contracts/Ztables/sourcestab.htm)
 
Record
SN00684479-W 20041001/040929212412 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.