Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 09, 2008 FBO #2266
SOURCES SOUGHT

Y -- MAGNETIC SILENCING FACILITY, NAVAL STATION, NORFOLK, VA, LAMBERT'S POINT DEPERMING FACILITY ADVANCED DEGAUSSING SYSTEM (ADS)

Notice Date
2/7/2008
 
Notice Type
Sources Sought
 
Contracting Office
N40085 NAVFAC MID-ATLANTIC, PWD SEWELLS POINT FACILITIES ENGINEERING & ACQUISITION DIVISION DoN, Naval Facilities Engineering Command, Mid-Atlantic ROICC Sewells Point, 9324 Virginia Av. Bldg Z140 Room Norfolk, VA
 
ZIP Code
00000
 
Solicitation Number
N4008508R9316
 
Response Due
2/11/2008
 
Archive Date
2/11/2008
 
Point of Contact
MICHELE HATHAWAY AT 757-322-4453 OR GEORGIA OWENS AT 757-322-4472
 
E-Mail Address
Email your questions to MICHELE HATHAWAY
(MICHELE.HATHAWAY@NAVY.MIL)
 
Description
MAGNETIC SILENCING FACILITY, NAVSTA NORFOLK, VA LAMBERT?S POINT DEPERMING FACILITY ADVANCED DEGAUSSING SYSTEM (ADS) THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a solicitation request for proposals and no contract will be awarded from this notice. There will not be a solicitation, specifications or drawings available at this time. Naval Facilities Engineering Command Mid-Atlantic is seeking a Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, certified 8(a) Small Disadvantaged Business or Woman-Owned Business with current relevant qualifications, experience, personnel and capability to perform this proposed project. This project will be located at the Magnetic Silencing Facility, NAVSTA Norfolk, VA; Lambert's Point Deperming Facility The target award range for this project is $5,000,000.00 to $10,000,000.00. All Service-Disabled Veteran-Owned Small Businesses, certified HUBZone Small Business, certified 8(a) Small Disadvantaged Businesses and Woman-Owned Small Business are encouraged to respond. The Government will not pay for any information solicited. Respondents will not be notified of the results of the evaluation. One of the main functions of this sources sought synopsis is to assist the Contracting Officer in determining whether a Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, certified 8(a) Small Disadvantaged Business or Woman-Owned Business is an acceptable strategy for this procurement. If a full and open competition is ultimately pursued, responses to this synopsis will be used to aid in establishing small business subcontracting goals. All qualified firms are encouraged to respond. The Government anticipates a contract award for this project in 01 July 2008. The appropriate NAICS Code is 237990 with a size standard of $31,000, 000.00. It is requested that interested parties submit a brief capabilities package with a Maximum of five(5) pages. Any pages over five(5) will not be considered. This capabilities package shall address, at a minimum the following: (1) Examples of projects worked within the last five years of similar size, scope and complexity as the work indicated. Indicated whether your firm worked as a prime or subcontractor, contract value, brief description of how the referenced contract relates to the work described, and a Government / Agency point of contact. (2) Company profile, to include number of employees, annual receipts, office location(s), available bonding capacity up to $10,000,000 per contract, DUNS number, and CAGE Code. (3) Please indicate if you are an 8a), HUBZone, Service Disabled Veteran Owned, or Woman Owned. The capabilities package for this sources sought notice is not expected to be a proposal, but rather a short statement regarding the company?s ability to demonstrate existing, or developed, expertise and experience in relation to this project. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities package. Submission of a capabilities package is not a prerequisite to any potential future offerings, but participation will assist the Navy in tailoring requirements to be consistent with industry capabilities. Responses to this Sources Sought Notice shall be mailed to the following address: Commander, NAVFAC Mid-Atlantic, PWD Norfolk (Attn: Michele V. Hathaway), 9324 Virginia Avenue, Norfolk, VA 23511-3689. Responses must be received no later than 2:00 pm Eastern Standard Time on 28 January 2008. Electronic submission will not be accepted. Questions regarding this sources sought notice may be addressed to Michele Hathaway at the above address, via email at Michele.Hathaway@navy.mil, or via phone at 757-322-4453. 2.0 Proposed ADS Upgrade The proposed upgrade at the Lamberts Point Deperming Station includes three primary phases: existing sensor array removal, new sensor array installation, and the installation of a series of underwater solenoids, or coils. 2.1 Sensor Array Removal As part of the proposed action, both the deep and medium depth sensor arrays were to be removed, initially. Upon review of the recent bathymetric survey conducted around the facility, it became apparent that all the sensor tube tops were overlaid by layers of sediment ranging in thickness between 7 feet and 18 feet. This would require divers to water-jet holes as much as 18 feet deep to gain access to any particular magnetometer tube for removing the sensor. The NFESC ECDET submitted a recommendation to NSWCCD, NAVSEA, and MSF Norfolk to abandon in-place all medium depth sensors and cables, and remove only the deep array sensors and cables. This recommendation had three justifications; 1) the medium depth sensor tubes are not scheduled for reuse in the future, 2) future maintenance dredging of Slip A is not planned to excavate deeper than -50 feet MLLW, and 3) attempts to remove the medium depth array would create unacceptable delays and increased costs to subsequent pro ject actions. Once the sensor removal is complete, the divers will disconnect the sensor cables and will work with a crane barge to pull the remaining sensor cables out of the water for later disposal. 2.2 New Sensor Array Installation 2.2.1 Sensor Tubes A total of 291 new medium and deep sensors will be installed within Slip ?A?. The new magnetometers will be housed inside FRP support tubes at depths of -64 feet MLLW and -85 feet MLLW, respectively. Currently there are 106 existing sensor tubes that will be reused for the new array; 41 medium depth tubes, and 65 deep tubes. To fill out the remainder of the array, 98 new sensor tubes will need to be installed. In addition, 87 sensor tubes, both new and existing, will house both a medium-depth and a deep magnetometer. The medium and deep FRP tubes will be 20 feet and 40 feet in length, respectively. The new tubes will be pushed or water-jetted into the riverbed. During water jetting, high-pressure water is forced through a jetting pipe as the tube casing is lowered, liquefying the bottom material. Jetting stops once the project depth is reached. Divers are used to disconnect the jetting pipe from the FRP tube and to install temporary caps on each tube to prevent sediment intrusion. All sensor tubes are required to be installed within ?12 inches of their planned horizontal location, with tube top elevations installed within ?6 inches of the planned elevation, and a sensor tube verticality of ?3 degrees. 2.2.2 Sensor and Sensor Cable Installation A magnetometer, or sensor, assembly will consist of a single, triaxial magnetometer and cable, a carriage device called a magnetic orientation insert (MOI) which is installed inside the sensor tube and provides a means to stabilize and align the sensor to magnetic north, a sensor tube cap (part of the MOI) capable of rotating, and a sensor tube identification tag. An exception to the assembly make-up will be the 87 sensor tubes that house both a medium and deep array sensor. For these tubes, the MOI will be configured to house two magnetometers, one at -64 feet MLLW and one at -85 feet MLLW. After each sensor is installed in its appropriate tube, the corresponding cable will be routed along specific cable paths to, and up through, designated cable risers that will be attached to piles on Pier ?B?. Each sensor location will be identified with a brass ID tag attached to a lifting eye on the sensor tube cap. Magnetometers and their associated cables will be GFE. 2.2.3 Sensor Junction Boxes >From the risers, each sensor cable will be routed to dedicated junction boxes mounted along the west edge of Pier ?B?. Sensor junction boxes will be supported on aluminum frames to be fabricated and installed as part of this phase. Each junction box will be designed to accommodate ten sensor cables that will transition to a single interconnection cable. Interconnection cables will be routed from their respective junction boxes, along a series of fiberglass and aluminum cables trays that will be mounted to the west side of Pier ?B? as part of this project, through cable trays that will be mounted beneath Pier ?E? as part of Special Project RM272-02, and ultimately into a first-floor room of the new deperming control building. The current plan is to terminate all sensor and interconnection cables using civilian and active duty Navy personnel. Sensor junction boxes and interconnection cables will be GFE. 2.3 Y and Z Coils, or Loops This project requires the installation of two main cable loops, designated as the Y-Coil and Z-Coil. Figure. As shown, the Y-Coil will be configured into four rectangular coils, identified as Y1 through Y4. Each coil will be approximately 2,000 feet in horizontal length aligned in the north-south direction. The Z-Coil will be configured in a single rectangular coil approximately 5,360 feet in length. The purpose of the cable coils is to generate magnetic fields using direct current. These generated magnetic fields allow for an accurate measurement of a ship?s total magnetism and allow calibration of the new on-board advanced degaussing systems for worldwide operation. The installation tolerance for all loop cables is within ?12 inches of their planned horizontal locations. 2.3.1 Z-Coil, or Z-Loop The Z-Loop will consist of six turns of 500MCM cable, laid in a shallow dredged trench and backfilled with non-magnetic gravel for a measure of protection against fishing hooks and anchor drags. After the cable trench is dredged, alignment piles will be driven at set intervals and at the corners where the Z-Coil makes turns. . Each Z-Loop turn will be installed in two segments, terminating in junction boxes mounted atop concrete-pile supported platforms. As three of the four junction box platforms will be constructed outside the ?magnetic free zone? around the facility, standard construction materials will be employed in the fabrication and installation of these platforms. The exception is the junction box and corresponding platform at the north end of Pier A. Since this is within the ?magnetic free zone?, non-magnetic materials for the junction box enclosure and platform are required. Approximately 200 feet of Z-Loop cable path, around the northeast corner of the loop, will protrude into the Norfolk Harbor Federal Navigation Channel. The channel?s current operating depth is -45 feet MLLW. Maintenance dredging allows for an over-dredge depth of -48 feet MLLW. In order to protect the Z-Loop cable and eliminate obstructions to future maintenance dredging of the channel, the Army Corp of Engineers, Norfolk District, has recommended the trench in this area to be dredged to a depth of -55 feet MLLW. Power to the Z-Loop will be provided by a single twisted-pair of 500MCM cables routed from the west side of the new deperming control building to one of the junction box platforms, utilizing the shallow dredged trench. 2.3.2 Y-Coil, or Y-Loop As written is paragraph 2.3, above, the Y-Coil will be configured into four rectangular coils, identified as Y1 through Y4. To achieve this, the coils will be installed as discreet north/south segments, 2,000 feet in length, and labeled as Y1/Y3, Y1, Y3, Y2, Y4, and Y2/Y4. The Y1/Y3 and Y2/Y4 segments will consist of nine turns of 500MCM cable, each, and either installed on the river bottom at grade inside protective HDPE conduit or in a shallow dredged trench backfilled with non-magnetic gravel. Both ends of the cable segments will terminate inside a north and a south junction box after routing along the cable path. The Y1 and Y4 segments will consist of seven turns of 500MCM cable, each, and installed and terminated in similar fashion as the Y1/Y3 cable segments. The Y3 and Y2 segments will consist of three turns of 500MCM cable, each. Unlike the previous four segments, these require installation at a depth of -110 feet MLLW. To achieve this depth, these two cable segments will be installed using horizontal directional drilling technology. This depth is required in order to satisfy system operational requirements and to ensure that the cables are installed in stable material suitable for drilling operations. Each of the two segments will be encased in a protective conduit that will be installed as part of the drilling process. Both ends of the cable segments will terminate inside a north and a south junction box after routing along the cable path. The drilling equipment would rest on an anchored spud barge above the location where the cable coil is to enter the riverbed. A guide pipe would be used to set the location where the cable loop would enter the riverbed. The guide pipe will be fixed to the river bottom using a structural beam, referred to as an H-pile, so that it remains in constant position. The drilling would proceed down the guide pipe to an elevation of -110 feet MLLW. Upon achieving the selected depth, the drill would turn in a 60-inch radius and travel horizontally at the required depth to the exit point. From here, the drill would travel through a second 60-inch radius turn toward the surface and proceed through the water column to a second barge carrying the conduit. Once the drill has reached the second barge, the installation of the conduit would begin by pulling it back through the enlarged hole created by a back-reaming tool. The drilling equipment would be used to pull the conduit through the hole, and the cable would then be pulled through the conduit. The east-west segments of the Y-Coils would be routed along the bottom in a shallow dredged trench, to a designated junction box platform for termination. Power to the Y-Loop segments will be provided by a single twisted-pair of 500MCM cables routed from the west side of the new deperming control building to one of the junction box platforms, utilizing the shallow dredged trench. The installation tolerance for the directionally drilled loop cables is within ?3 feet of their planned locations, in the X, Y, and Z planes. 2.4 ADS Software and Hardware All software and associated hardware to be used to control and monitor the magnetic treatment process will be provided and installed by the Naval Surface Warfare Center, Carderock Division (NSWCCD).
 
Record
SN01503460-W 20080209/080207231756 (fbodaily.com)
 
Source
FedBizOpps 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.