Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 24, 2005 FBO #1306
SOURCES SOUGHT

61 -- Electric Wire, and Power and Distribution Equipment

Notice Date
6/22/2005
 
Notice Type
Sources Sought
 
Contracting Office
NAVSURFWARCEN, Dahlgren Division, 17320 Dahlgren Road, Dahlgren, VA 22448-5100
 
ZIP Code
22448-5100
 
Solicitation Number
N0017805Q1037
 
Response Due
6/30/2005
 
Archive Date
1/6/2006
 
Description
This synopsis is being posted to both the Federal Business Opportunities (FBO) page located at http://www.eps.gov and the Navy Electronic Commerce on Line (NECO) site located at http://www.neco.navy.mil. While it is understood that FBO is the single point of entry for posting of synopses and solicitations to the Internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by the Navy Sea Systems Command. The Naval Surface Warfare Center Dahlgren Division on behalf of PMS420 (Littoral Combat Ship Mission Module Program Office) plans to acquire equipment to transform delta connected 440VAC (nominal) three-phase 60 Hz (nominal) ship?s power to 28VDC in order to provide power for Littoral Combat Ship surface warfare mission module equipment. Initial delivery is required by end of March 2006. Anticipate needing two to three units a year with up to 20 units total. The equipment must: 1) Meet MIL-STD-1399 ! section 300A type I power requirements on input power. 2) Also be able to operate on similar quality power down to 47 Hz. 3) Meet MIL-S-901 D grade B requirements. 4) Survive vibration induced by adjacent gunfire and missile launches. SEE ATTACHMENT 1 ON ON WEBSITE AT http://www.nswc.navy.mil/wwwDL/XD/SUPPLY. 5) Operate continuously in salt fog exposure environment of MIL-STD-810 METHOD 509.4. 6) Be rated to supply 16KW of power to end equipment. 7) Be able to operate continuously in an unconditioned space (minus 25C to 51C) in either of the following cases: a) with a continuous load of up to half the rating (8KW), and b) with a tenth rated load steady state and a spike of up to five minutes at full load. 8) Weigh less than 350lbs. 9) Have an efficiency of 85 percent or greater at rated load. 10) Have a MTBF of at least 200,000 hrs. 11) Provide 28VDC output power regulated to within plus/minus 5 percent. 12) Have remote sensing capability to properly regulate output provid! ed to end equipment. 13) Not be damaged by reactive loads. 14) Maintain power regulation when load is stepped up or down by thirty percent anywhere below rated load. 15) Not support fungal growth. 16) Provide indication of operational status. 17) Not exceed 35 inches long by 35 inches wide by 70 inches tall. It is desired that the equipment: 1) Meet full MIL-S-901 D grade A requirements. 2) Be fully environmentally hardened to operate during salt-water exposure, and possible immersion. 3) Maintain rated power output during a 150ms input power drop out. 4) Be EMI/EMP hardened. 5) Be transportable as installed. 6) Provide remote status monitoring. 7) Require no preventive maintenance. 8) Be replaceable by a two-sailor team. 9) Be capable of load sharing between like units, with ability to switchover in case of a redundant system failure. 10) If water-cooled, operate continuously without chilled water supply in both cases described in required item 7. Chilled water or ai! r-cooled units are acceptable. Monolithic or modular systems may be acceptable. The NAICS code for this requirement is 335311. The size standard for the NAICS code is 750 employees. Please articulate within your response the size of your business and any socio-economic programs that may apply. THIS IS A SOURCES SOUGHT ANNOUNCEMENT AND THE GOVERNMENT WILL NOT PROVIDE REIMBURSEMENT OF COSTS ASSOCIATED WITH THE DOCUMENTATION SUBMITTED FOR THIS INFORMATION. All interested parties shall forward the specified documentation that articulates their capabilities AND an overview of their approach to perform in accordance with this effort on or before 30 June 2005 to the Contracting Officer, Naval Surface Warfare Center, Dahlgren Division, Attn: Code XDS110, 17320 Dahlgren Road, Dahlgren, VA 22448-5100 and referenced Sources Sought Announcement Number N00178-05-Q-1037. The Naval Surface Warfare Center, Dahlgren Division, Dahlgren Laboratory Procurement Division has implemented E! lectronic Commerce (EC) in the acquisition arena; therefore, this synopsis and attachment will be available on the World Wide Web at http://www.nswc.navy.mil/wwwDL/XD/SUPPLY. The submitted documentation, upon delivery, becomes the property of the U.S. Government and shall not contain any restrictive/proprietary information or markings. The submitted documentation, upon delivery, becomes the property of the U.S. Government and shall not contain any restrictive/proprietary information or markings. Any questions regarding this announcement shall be directed to the attention of xds11@nswc.navy.mil, or via phone number (540) 653-7478 or via facsimile (540) 653-7088. NO SOLICITATION EXISTS AT THIS TIME. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT BASED ON THIS SOURCES SOUGHT ANNOUNCEMENT OR TO OTHERWISE PAY FOR THE INFORMATION SUBMITTED.
 
Record
SN00834716-W 20050624/050622212327 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.