Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2005 FBO #1348
SOLICITATION NOTICE

61 -- Methanol Fuel Cell Systems

Notice Date
8/3/2005
 
Notice Type
Solicitation Notice
 
NAICS
334413 — Semiconductor and Related Device Manufacturing
 
Contracting Office
RDECOM Acquisition Center - Adelphi, ATTN: AMSSB-ACA, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX05T0181
 
Response Due
8/12/2005
 
Archive Date
10/11/2005
 
Small Business Set-Aside
N/A
 
Description
1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; p roposals are being requested and a written solicitation will not be issued. (i) The solicitation number is W911QX-05-T-0181 . This acquisition is issued as a Request for Quotation. (ii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-27. (iii) This acquisition is a sole source action for U. S. Distributor for Smart Fuel Cell, Inc., Capital Connections LLC, 23158 Cannon Ridge Lane, Middleburg, VA 20117. The associated NAICS code is 334111. The small business size standard is 1000. (iv) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN 0001 Fuel Cell Systems 1 Lot; CLIN 0002 Contractor Manpower Reporting, Qty: 1 Lot. (v) Description of requirements: Governments Intended Usage, Contractor Requirements and General description of system capabilities: The Army Research Laboratory (ARL) requires Methanol Fuel Cell Systems Salient Characteristics: The Contractor shall provide a Methanol Fuel Cell Systems meeting the following minimum specifications: I. Background: The Future Force Warrior (FFW) of the Army will have a greater demand on energy and power supply in the battlefield without increasing logistic burden. Direct Methanol Fuel Cell (DMFC) is considered to be an enabling technology to provide a long lasting power supply to the battlefield because it converts high energy liquid methanol fuel to electricity efficiently. DMFC is currently under development both for portable power generation for individual soldiers and for battery charger applicati ons, especially for longer missions (more than 72 hours), where it should outperform primary batteries in energy density. The Army is highly interested in bring this technology to the battle field to meet the power requirement by FFW. II. Requirements and Specifications: To purchase three 20W direct methanol fuel cell systems (model SFC C20-MP) and two 20 W direct methanol fuel cell system (model SFC C20-MP Desert) from SMART FUEL CELL, INC. Both DMFC systems can perform continuous pow er 20W, peak power 36W at 11.1V VDC. Also to purchase 20 units of fuel cartridge for SFC C20-MP and 20 units of fuel cartridge for SFC C20-MP Desert. Each unit contains 6 pieces of methanol fuel cartridges. The contractor shall provide two DMFC systems that meet the following requirements: Prototype 20 Watt Direct Methanol Fuel Cell system, Model SFC C20-MP: 20W Power output (36W peak power); Nominal Voltage 11.1V; Electrical Connector SC-C-179492; 1.5Ah 3 cells lithium ion hybrid batteries (exchangeable) for instant power; System dry weigh t 2.0Kg (4.4lb); System size 6.7 x 6.3 x 3.3; Total orientation independence for 30 minutes; Orientation tolerance: in x-direction, plus 90 degree and in y-direction: plus negative 10 degree permanent; Operating Temperature: 0 degree C to 35 degree C (3 2 degree F to 95 degree F) continuous; 36 degree C to 40 degree C (97 degree F to 101 degree F) short time; Software for access to data interface with real-time monitoring of fuel cell system parameters (cable include); Start-up time less than 2 min (fuel Cell stack to achieve 100 percent performance); Duponts Gen. IV Membrane electrolyte assemble (MEA) The contractor shall provide three DMFC systems those meet the following requirements: Prototype 20 Watt Direct Methanol Fuel Cell system, Model SFC C20-MP Desert: 20W Power output (36W peak power); Nominal Voltage 11.1V; Electrical Connector SC-C-179492; 1.5Ah 3 cells lithium ion hybrid batteries (exchangeable) for instant power; System dry weight 2.0Kg (4.4lb); System size 6.7 x 6.3 x 3 .3; Total orientation independence for 30 minutes; Orientation tolerance: in x-direction, plus90 O and in y-direction: plus negative 10o permanent; Operating Temperature: 0 degree C to 50 degree C (32 degree F to 122 degree F) continuous; Software for acc ess to data interface with real-time monitoring of fuel cell system parameters (cable include); Start-up time less than 2 min (fuel Cell stack to achieve 100 percent performance); Duponts Gen. IV Membrane electrolyte assemble (MEA). III. Documentation: 1. The contractor shall delivery three 20W direct methanol fuel cell systems (model SFC C20-MP) and two 20 W direct methanol fuel cell system (model SFC C20-MP Desert). 2. The contractor shall delivery complete sets of cable and one un it of methanol fuel (6 methanol fuel cartridges per unit) for each 20 W DMFC system. 3. The contractor shall provide complete sets of the operation and maintenance manual for each DMFC system. 4. The contractor shall delivery 20 units of fuel cartridge fo r SFC C20-MP and 20 units of fuel cartridge for SFC C20-MP Desert. 5. The contractor shall provide technical support for 6 months from date of delivery (all cost for repair up to two times per system is includes). The shipping cost for the unit from ARL t o SFC Germany is not included. 6. The contractor shall provide technical support via phone/email will be given during this period. 7. The contractor shall provide 1 day training on the SFC C20-MP at SFC site (travel expenses and lodging are not includes). 8. The contractor shall provide complete packing and shipment to ARL. 9. The contractor shall delivery all of the systems to ARL follow the Department of Transportation (DoT) regulations. 10. The contractor shall delivery all of the DMFC systems 6 weeks af ter order receipt. Contractor Manpower Reporting: The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor shall report ALL contractor manpower (including subcontractor manp ower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address https://contractormanpower.army.pentagon.mil . The required information includes: (1) Contra cting Office, Contracting Officer, Contracting Officer's Technical Representative; (2) Contract number, including task order and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number e mail address identify of contractor employee entering data; (5) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor dollars paid this reporting period (including subcontractors); (7) Total payments (including sub-contractor s); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identifica tion Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information); (11) Locations where contractor and sub-contractors perform the work (spe cified by zip code in the United States and nearest city, country, when in an overseas location using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of contractor and sub-contra ctor employees deployed in theater this reporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year. Contractor s may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractor's systems to the secure web site without the need for separate data entries for e ach required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site. (vi) Delivery is required no later than six weeks after the award is made. Delivery shall be made to the Army Research Laboratory, Adelphi, MD. Acceptance shall be performed by an authorized Government Representative at the Government site. The FOB poi nt is Destination. (vii) The following provisions and FAR/DFAR clauses can be obtained at http://www.arl.army.mil/contracts/opport.htm, http://farsite.hill.af.mil/VFFAR1.htm, or http://farsite.hill.af.mil/VFDFARa.htm. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. (ix) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications -Commercial Items, with its offer. These cla uses can be obtained at http://www.arl.army.mil/contracts/opport.htm. (x) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xi) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defens e Acquisitions of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: 52.203-3, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-33, 25 2.225-7001, 252.247-7023. (xii) The following additional contract requirement(s) or terms and conditions apply: 52.004-4408, 52.005-4401, 52.032-4418, 52.045-4400. (xiii) The following notes apply to this announcement: Note 22. (xiv) Offers are due on 12 August 2005, by 10:00 AM, Eastern Standard time, via email to rstoltz@arl.army.mil. For information regarding this solicitation, please contact Robin Stoltz, Contract Specialist, 301-394-3381, rstoltz@arl.army.mil.
 
Place of Performance
Address: RDECOM Acquisition Center - Adelphi ATTN: AMSSB-ACA, 2800 Powder Mill Road Adelphi MD
Zip Code: 20783-1197
Country: US
 
Record
SN00861479-W 20050805/050803212345 (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.