Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 30, 2015 FBO #5028
SPECIAL NOTICE

20 -- Landing Craft Utility (LCU) Bow Ramp Acuation- N0002415SN012 - Bow Ramp Actuation Sketch for RFI

Notice Date
8/28/2015
 
Notice Type
Special Notice
 
NAICS
333923 — Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NAVSEA HQ, SEA 02, 1333 Isaac Hull Avenue SE, Washington Navy Yard, District of Columbia, 20376, United States
 
ZIP Code
20376
 
Solicitation Number
N00024-15-SN012
 
Point of Contact
Linda C. Squires, Phone: 202-781-3942, Claire W. Morton, Phone: 202-781-1343
 
E-Mail Address
linda.squires@navy.mil, claire.morton@navy.mil
(linda.squires@navy.mil, claire.morton@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This sketch depicts a preliminary arrangement study of the new craft’s ramp and bow, which is generally similar to the existing LCU. THIS SPECIAL NOTICE IS A REQUEST FOR INFORMATION USING MARKET RESEARCH AND WILL BE USED FOR PLANNING PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE WILL NOT BE A SOLICITATION OR SPECIFICATIONS AVAILABLE. THIS ANNOUNCEMENT IS FOR THE PURPOSE OF MARKET RESEARCH ONLY AND MAY OR MAY NOT TRANSLATE INTO AN ACTUAL PROCUREMENT(S) IN FUTURE YEARS. THERE IS NO FUNDING ASSOCIATED WITH THIS ANNOUNCEMENT. Background: The Naval Sea Systems Command seeks information on bow ramp actuation systems that could be appropriate for use on future craft that will replace the aging 135 foot Landing Craft, Utility (LCU) fleet. At this early stage, the LCU 1700 craft acquisition program (formerly the Surface Connector Replacement or SC(X)(R)) estimates that up to 32 new craft will be built with an expected 30 year service life. The new craft will have a bow ramp to load and discharge vehicles, including M1A1 tanks, to a beach or amphibious ship well deck with the ramp end supported on that surface. The ramp of the new craft may also be used to launch vehicles up to 63,000 pounds in weight while the craft is afloat with the ramp end unsupported. Previously posted Special Notices N00024-15-SN002, N00024-15-SN005, N00024-15-SN009, and N00024-15-SN010 are related to the overall LCU 1700 craft acquisition program. The existing LCU has a bow ramp that is generally similar to, but somewhat smaller and lighter than, the ramp planned for the new craft. Its actuation system has an electric motor driven double-drum winch with a single wrap of 7/8" galvanized wire rope cable at each end of the drum. The winch has an automatic brake that engages when power to the electric motor is off, and a manual brake to secure the winch when not in use. A manual handwheel to turn a high reduction ratio input shaft is provided for emergency retraction of the bow ramp in case of loss of electrical power, with a safety pawl allowing no more than 7 degrees of back-rotation of the handwheel while in use. The existing winch weighs approximately 2400 pounds, with approximately an additional 2400 pounds of chain, cable, turnbuckles, sheaves and other hardware. The existing LCU winch is located below the foredeck, with each wire rope cable routed port and starboard through two sheaves to above deck, and there connected to 1-1/2" Di-Lok chain with a turnbuckle between to allow balancing of the cable lengths. Each chain passes over a chain sheave at the extreme bow to the chain attachment points on the port and starboard sides of the ramp. A devil's-claw type chain securing device must be used to secure the chain when the ramp is deployed for afloat launch of vehicles, to avoid loading the winch and cable, which are not designed for that load. The system is designed to a static factor of safety of not less than six. General description of the new craft: The steel bow ramp of the new craft will be approximately 18 ft wide and 19 ft long, hinged at the aft end, with a total weight of approximately 20,000 pounds. The ramp actuation system will allow the ramp to traverse a range of 66 degrees, from 30 degrees below horizontal to the ramp's stowed position 36 degrees above horizontal. With the chain attachment points 14 feet from the hinge pins, when raising the ramp from the beached position (no vehicle; ramp weight only), the maximum vertical load at each of the two chain attachment points is about 7000 pounds, and the length of the chain and cable taken up by the winch during this 30 second evolution is about 12 feet. The load at the winch drum will be increased by the chain angle and frictional losses of the sheaves; one chain sheave and two cable sheaves are in the preliminary arrangement. During vehicle launch, the maximum vertical force at either chain attachment point is about 57,000 pounds, with the chain to be secured by a "devil's-claw" type device during the launching evolution. Alternatively, the winch brake, the winch, and the entire cable and chain path must be designed to safely support the load. It is not intended that the winch will lift this load. The attached sketch depicts a preliminary arrangement study of the new craft's ramp and bow, which is generally similar to the existing LCU. Requested Information: Interested Parties shall provide information on commercial systems and components that meet or can be reconfigured or adapted to meet the requirements for an integrated bow ramp actuation system described below. To the maximum extent practicable, systems and components should be commercially available "off-the-shelf" (COTS) with only standard option modifications for the craft-specific configuration in order to facilitate upgrades, maintenance, and support throughout the craft life cycle. Systems and components proposed in response to this Request for Information (RFI) need not be engineered to exactly match the load parameters described herein, but should be capable of being redesigned within the normal scope of supply of COTS components to achieve performance similar to or exceeding that described. The scope and nature of any required changes should be briefly described. Interested parties shall provide information on currently available commercial systems and components capable of meeting the following bow ramp actuation requirements of the new craft: 1. Raise the bow ramp (without a vehicle on it) from the beached position 14 degrees below horizontal to the stowed position 36 degrees above horizontal in 30 seconds or less; 2. Deploy the bow ramp to varying positions, as much as 30 degrees below horizontal while the craft is afloat, to allow the launch of vehicles over the ramp; 3. Allow the LCU to pitch and heave while the forward end of the bow ramp is secured to the stern of an amphibious ship; 4. Secondary means of raising the bow ramp to its closed position if the primary power source is disabled. Motive power for the device may be electrical or hydraulic. Proposed commercial systems and components should be simple, rugged, reliable and suitable for service in amphibious operations. They should be maintainable by ship's force and Navy shore maintenance facilities and consistent with the planned 30 year service life of the LCU. System performance, reliability, and safety are highly valued; low cost and weight are also considerations. Interested parties shall provide information on similar or alternate approaches to ramp actuation which may meet these requirements and provide similar or improved capabilities. Response Criteria: Interested parties are encouraged to respond to this Special Notice, addressing bow ramp commercial systems and components listed above. In responses, companies shall include: 1. Organization Name 2. Address 3. Point of Contact a. Name b. Position/Title c. Email address d. Telephone number Responses shall be no more than 20 pages in length and preferably in plain text, Microsoft Office, or Adobe PDF electronic formats. Responses shall be sent by electronic mail to the NAVSEA point of contact, Ms. Linda Squires (linda.squires@navy.mil). WHEN TO SUBMIT: This information is requested to be provided by email by 4:00 PM, 13 October, 2015. NOTICES REGARDING SOLICITATION: This notice does NOT constitute a Request for Proposal and is not to be construed as a commitment, implied or otherwise, by the Government that a procurement action will be issued. No telephone inquiries will be accepted and requests for solicitation packages will not be honored, as no solicitation is intended at this time. Response to this notice is not a request to be added to a bidders list or to receive a copy of a solicitation. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT SOLELY ON THE BASIS OF THIS SPECIAL NOTICE. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of the submission of the requested information. No reimbursement will be made for any costs associated with providing information in response to this announcement and any follow-up information requests. Responses to this RFI may be considered in the future determination of an appropriate acquisition strategy for the program. The Government may not respond to any specific questions or comments submitted in response to this special notice. Any information submitted by respondents as a result of this notice is strictly voluntary. NOTICE REGARDING PROPRIETARY INFORMATION: All submitted materials will be designated for Government Use Only. Third party support contractors who have executed non-disclosure agreements may have access to the information provided. Any information submitted which is to be provided and reviewed by Government personnel only shall be clearly marked as such. Otherwise, the Government shall construe consent has been given to allow access to the information by any relevant third party support contractor. The Government shall not be liable for or suffer any consequential damages for proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. IMPORTANT - Any email containing export controlled information must be marked FOUO and use encryption. Future information on the LCU 1700 regarding Industry Days or other events will be posted at the websites for FedBizOpps, the same site where this announcement has been posted. POINT OF CONTACT: Linda C. Squires, Contracting Officer, linda.squires@navy.mil CONTRACTING OFFICE ADDRESS: Naval Sea Systems Command Linda C. Squires, Code SEA 02242 1333 Isaac Hull Ave., SE. Washington, DC 20376-2101
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N00024-15-SN012/listing.html)
 
Place of Performance
Address: TBD, United States
 
Record
SN03862232-W 20150830/150829000103-a29fb5a8376fc189f266d62e08e1874a (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.