|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 4,1998 PSA#2109Commanding Officer, NAVFACCO Bldg 41 Code 27, NCBC 1000 23rd Ave, Port
Hueneme, CA 93043-4301 E -- STRUCTURES AND FACILITIES, R&D, ADVANCED TECHNOLOGIES SOL
N47408-98-R-3934 DUE 071398 POC Naomi Melendez, Contract Specialist,
805-982-5095, FAX 805-982-3015 FRP/CONCRETE HYBRID PIER CONSTRUCTION.
(1) The Naval Facilities Engineering Service Center is developing cost
competitive, long lived, lightweight, and modular structural concepts
for Navy pier construction having a zero maintenance requirement for
75 years in a severe marine environment. The modularity will facilitate
offsite construction and structural modification to meet changes in
mission requirements over its service life including possible
relocation. (2) The Navy has a need for modular, prefabricated
structural components to provide a new capability to reconfigure its
waterfront infrastructure to meet changes in ship characteristics and
force realignments. Concepts will be developed and feasibility
demonstrated for construction of waterfront pier structure using high
performance concrete reinforced with fiber reinforced polymer (FRP)
composites. Concepts will maximize maintenance free service life while
providing a competitive initial cost with conventional construction.
The concept will function with the operational advantages of double
deck and floating piers and meet requirements specified in
MIL-HDBK-1025/1 including operational support with unlimited access for
140-ton mobile cranes, functional separation of deck operations and
utilities, and support for berthing of major combatants. The concept
will reflect operational and structural performance trade-offs and will
marry discrete state-of-the-art technologies such as high strength
lightweight concrete, FRP reinforcement systems, and fault diagnostics.
Emphasis will be placed on exploiting the performance characteristics
of the constituent materials without mimicking traditional construction
technology. (3) Concepts will address the specific functional
classification BERTHING PIER and may be classified as OPEN or FLOATING
construction in accordance with MILHBK 1025/1 PIERS AND WHARFS. The
general purpose of a berthing pier is for mooring ships and providing
operational space, utilities and support facilities. Berthing pier
activities include:personnel transfer, maintenance and repair, cargo
transfer, crew training, and waste handling. Berthing pier features and
functions include hotel and ship service utilities, access facilities,
fendering, crane services, mooring devices, access to external
transportation, lighting, security and other support facilities such as
fire alarm. The provision for unlimited portable crane operations in
support of maintenance, repair, and cargo transfer as well as of
utilities such as water, heat, sewer, electricity, communication
cables, and compressed air are the most important functional features
of a berthing pier. Utilities and fendering historically conflict with
efficient portable crane operations. Cranes are most efficient when
they are as close to the ship as possible and near the ship freeboard
level. Utilities near the edge and on the pier deck surface or in
vaults and tunnels with hatches as well as wide fendering systems
separate cranes from the ship. Heavier (higher capacity) cranes are
used primarily for their reach and not for their lift capacity. The
Navy estimates that utilities and fendering can result in a 40 percent
efficiency reduction of crane capacity. The Navy will provide
fendering designs for the hybrid pier from ONR project PE0603725N
Advanced Berthing Systems. (4) Proposer will submit sufficient
description of concept(s) for the Navy to judge merit of proposal.
Identify technological inhibitors. Identify advantages of concept.
Favorable reviews will be given for those concepts that provide an open
deck with more usable space for operations, simplified fendering,
mitigation of tidal effects, seismic resistance, reduction of pier down
time and site congestion during construction and erection, separation
of utility and operational functions, and accessibility of utilities.
Favorable reviews will also be given to programs that emphasize the
partnership Navy engineers and facilities with private and academic
consortia. The Naval Facilities Engineering Command (the system command
of NFESC) is recognized as the world's leading authority on waterfront
design and construction. The Proposer must consider that the Navy
plans to construct a hybrid pier in the 2004 time frame MILCON using
the most effective technology. The design will probably employ ACI,
Canadian, and Japanese guidelines for FRP/concrete design and
construction as well as NFESC and MILHDBK 1025/1 guidelines. Hybrid
pier concepts must meet the following structural and geometric
requirements for 2004 MILCON: berth two abreast medium size surface
combatants (e.g. CG, DDG, FFG) in 40 feet water depth, the total
berthing space must be 2400 to 2800 feet in length while the
operational deck must be 100 to 120 feet wide, support 140-ton mobile
crane operations with 240,000 lbs outrigger loads plus 1200 psf live
load, be located 20 ft above water, and provide up to 25,000 ft2 for
Phased Maintenance Activities. The concept will include FRP-prestressed
concrete deck with utility galleries. Open and floating structures will
employ FRP confined concrete piles. Nonstructural elements will employ
FRP exclusively. (5) Computer modeling will be used to evaluate the
systems operational performance while finite element modeling will be
used to analyze the load response performance of subsystems. Laboratory
tests to determine material constitutive relationships and to benchmark
subsystem performance will be used to refine and validate the computer
codes. Constructability and operational performance and load response
of an optimized pier system will be analyzed and the concept refined.
One-half scale tests will include component and substructure load
performance including lateral load response, vertical load response
(static, creep), and structural monitoring system performance. (6) This
Task will be accomplished in three phases, with the last two phases
being awarded based on progress attained in the previous phase. The
estimated funding range for the initial Phase I CONCEPT is up to
$150,000. Phase I will develop structural concepts, characteristics of
the materials to be used, and the methods of construction. Computer
modeling will be initiated to validate feasibility, constructability,
and performance of proposed concepts and will include material
characteristics. Subsystem structural and mechanical evaluation will be
initiated utilizing computer modeling and laboratory testing to perform
engineering analysis, conceptual designs, feasibility analysis,
environmental simulations and proof of principle demonstrations. Other
important areas of interest include diagnostic and structural
monitoring sensors. PHASE II will include refining pier structural
concepts with computer models, determining material constitutive
relationships, benchmarking subsystem performance that will be used to
refine and validate computer codes, and procuring one half (1/2) scale
components. Operational and load response performance of various
concepts will be evaluated. Subsystems (piles, pile caps, beams and
decks) performance will be evaluated by laboratory testing. Qualitative
diagnostics will be integrated with selected substructures. PHASE III
will be the construction of a half (1/2)-scale pier section at the
NFESC Advanced Waterfront Technology Test Site (AWTTS). The concept
will be tested for constructability, load response and service
monitoring. Testing will include lateral load response, vertical load
response (static creep) and structural monitoring system performance.
Testing will determine the feasibility of hybrid construction concepts
including the effect of embedded sensors on mechanical behavior,
hybrid system behavior, durability of material constituents and
structural components, material structural interaction (e.g.
anchorage/slip) modeling, and quality control. Evaluation factors are
past performance, technical and organizational capability, ability to
meet NFESC mission within the estimated time frame, qualifications of
key personnel. (7) Technical questions regarding this BAA may be
submitted to Dr. George Warren via telephone (805) 982-1236 or via
e-mail at gwarren@nfesc.navy.mil. (0153) Loren Data Corp. http://www.ld.com (SYN# 0037 19980604\E-0001.SOL)
E - Purchase of Structures and Facilities Index Page
|
|