Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 02, 2006 FBO #1741
SOLICITATION NOTICE

B -- Yucca Mountain Project, Structural Analysis on the Waste Packages and Ancillary Components

Notice Date
8/31/2006
 
Notice Type
Solicitation Notice
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of Energy, Bechtel SAIC Company, LLC (DOE Contractor), Yucca Mountain Project, 1180 Town Center Drive, Las Vegas, NV, 89114
 
ZIP Code
89114
 
Solicitation Number
ENG-06-009
 
Response Due
9/20/2006
 
Archive Date
10/5/2006
 
Description
1 Summary Bechtel SAIC is seeking interested parties to perform non-linear structural analysis. These analyses are for the Yucca Mountain waste packages and ancillary components (viz., the waste package emplacement pallets, drip shields and trunnion collars). This work will be performed under the subcontractor's Quality Assurance (QA) program, which will be qualified for use in producing products usable by the Yucca Mountain Project suitable for citation in the License Application and to support definitive design of these components. The purpose of this request is to identify interested parties to be qualified as vendors and put on the Qualified Supplier List. 2 Description of Work 2.1 Description of the Structural Analyses The structural design of the waste packages and ancillary components for the Yucca Mountain Project involves determining the structural performance of these components against design basis events, off-normal events and normal operational evolutions. Such analyses require the application of dynamic, non-linear Finite Element Analysis (FEA) structural analysis techniques that include plasticity in determining margin to structural failure. Such determinations of margin to plastic collapse are based on the material structural limits found the ASME Boiler and Pressure Vessel Code with extensions to include plasticity and adaptations for estimating the stress fields within the subject components. Adherence to project analysis methodology is an absolute requirement. This includes, among many, NRC-reviewed techniques for ensuring adequate mesh refinement. These analyses shall be performed with the state-of-the-art dynamic structural analysis code LS DYNA (LSTC 2003) to ensure compatibility with project processes and experience. Additional analyses to be performed may include the computation of material failure by fracture using Fracture Mechanics techniques. Repeated loading or cyclic loading is not anticipated for these components. 2.2 Sufficiency of Analyses These analyses must be performed under a QA program that will be audited and approved by BSC QA. Documentation requirements that exceed those in a typical approved NQA-1 program may be necessary. Such requirements include the use of references that appear in project databases and compilations and the production of products and digital storage of results that are consistent with project processes. 3 Attributes of Qualified Subcontractor 3.1 Experience in Pertinent Analyses The principals in candidate organizations must have at least ten years of experience in non-linear, dynamic structural analysis of metal components using Finite Element Analysis. Such experience must be with a commercially available code, such as LS-DYNA or ABAQUS, which uses explicit numerical solution formulations. (Equivalent experience with ABAQUS is judged to be sufficient for an easy migration to LS-DYNA.) This should include demonstrable experience with the ASME Boiler and Pressure Vessel Code (Section III or Section VIII, Division 2) pressure vessels. The principals must also have a demonstrated capability to support product development from conceptual design through preliminary design and to definitive design. 3.2 Experience in Regulated Environment The principals in the candidate organization should have experience in presenting and defending component structural analyses before the US Nuclear Regulatory Commission. 3.3 QA Program Candidate organizations shall have an established NQA-1 program. 3.4 Computational Capabilities Candidate organizations shall have computational capabilities to support as many as five simultaneous LS-DYNA solutions; each with at least five million degrees-of-freedom represented in double-precision storage. Such solutions to a dynamic event of 30 milliseconds duration in real time must execute within five calendar days. The candidate organization shall have sufficient staff to support this level of computational throughput and corresponding document production rates. 3.5 Non-linear Structural Analysis Tools The organization must possess or be able to acquire licenses for the LS-DYNA code. The mesh-generation for the finite element analysis must ensure that quadrilateral elements are used in high-stress and critical areas (i. e., no triangular mesh in such areas); therefore, the mesh generation program must give the analyst complete control over the detailed mesh. If the organization does not have such mesh-generation software, it must be able to acquire such software. 4 References LSTC 2003. LS-DYNA Keyword User's Manual. Version 970. Livermore, California: Livermore Software Technology Corporation. TIC: 254203. [DIRS 166841] Responses to this RFI shall address the required attributes listed in section 3.1 through 3.5 above. Regards, Larry G. Bannister RESPONSE SUBMITTAL: This is not a solicitation for Proposal and providing the requested information will not guarantee an award of Contract. All questions concerning this RFI may be faxed to (702) 295-0019. Responses are to be sent via E-mail: Larry_Bannister@ymp.gov on/or before September 20, 2006. Respondent must include the name, title, address, telephone number, facsimile telephone number, and email address of the responsible person to whom future communications regarding this RFI should be addressed. Bechtel SAIC Company, LLC 1180 Town Center Drive Las Vegas, NV 89144
 
Place of Performance
Address: Contractor's work site and Subcontractor's work site.
Zip Code: 89144
Country: UNITED STATES
 
Record
SN01131047-W 20060902/060831220353 (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.