SOURCES SOUGHT
61 -- Sources Sought - Army Technology Objective (ATO) 2.0kW Stirling Power Source
- Notice Date
- 11/22/2005
- Notice Type
- Sources Sought
- NAICS
- 335311
— Power, Distribution, and Specialty Transformer Manufacturing
- Contracting Office
- US Army C-E LCMC, Acquisition Center - Washington, ATTN: AMSEL-AC-W, 2461 Eisenhower Avenue, Alexandria, VA 22331-0700
- ZIP Code
- 22331-0700
- Solicitation Number
- W909MY-06-R-C2SP
- Response Due
- 1/6/2006
- Archive Date
- 3/7/2006
- Small Business Set-Aside
- N/A
- Description
- In support of the Army Technology Objective (ATO) entitled Future Force Power, the US Army Research, Development and Engineering Command (RDECOM), Communication, Command and Control Directorate (C2D), Army Power Division, Power Generation Branch, For t Belvoir, VA is performing a market survey of Stirling power systems. The objective of this ATO is to develop a JP-8 fuel Burning Stirling Engine Driven power source with a continuous output rating of 1 - 2 kW, 0.8 power factor. The ATO is a phased appr oach aimed at the development of a 2.0 kW JP-8 fuel burning Stirling Generator set; herein referred to as the Stirling system. No one phase of this effort shall exceed one year. The initial phase shall focus on the development of a JP-8 Burner for a 2 kW Stirling system and the integration of that burner into a full system configuration. The follow-on phases shall be the implementation of material and design changes leading to an optimized military system design. The culmination of the ATO shall be the f abrication of two (2) prototype 2.0kW JP-8 fuel burning Stirling Generator sets for delivery to the US Army Power Generation Branch in FY09. The following requirements for the Stirling system are based on previous evaluation efforts conducted by the U.S. Army Power Generation Branch and the requirements for Small Tactical Electric Power (STEP) sources set by the Program Manager for Mobile Electric Power (PM-MEP). The Stirling Generator Set must be fully autonomous with all subsystems integrated in a singl e enclosure. The system must operate on JP-8 fuel and deliver continuous 2.0 kW, 120 VAC, 60 Hz rated power from sea level up to 4000 ft and 95 degrees F. The system must start and sustain operation from -25 degrees F to 140 degrees F at all levels of humi dity with no assist, with a cold start kit acceptable from -50 degrees F to -25 degrees F. The system must operate at altitudes up to 10,000ft with an acceptable reduction in load rating of 3% per 1000ft above 4,000ft. The system must not exceed a weight o f 270 lbs, or an 11.0 cubic feet volume. The system must have an audible signature of less than 60dBA at 7m. The system must demonstrate a Maintenance Ratio (MR) of better than 0.03, where MR is defined as the average maintenance man-hours per operating h our for all scheduled and unscheduled maintenance. The system must demonstrate a Mean-Time-Between-Failure (MTBF) of greater than 1000 hrs. The system must sustain operation with the generator inclined in any plane up to and including 15 degrees from horizontal, with up to 12 centimeters of rain an hour from vertical to 45 degrees fr om the horizon, with up to 1120 W/sq. ft. of solar radiation in all temperature and altitude ranges stated above. The system must sustain full rated load operation in salt fog, sea spray and fungus environments, as specified in MEP-STD-001. (MEP Draft Exp ort Power Specification at www.pm-mep.army.mil/whatsnew/index.htm). The system must operate in an environment with sand and dust particles of up to 1400 milligrams per cubic foot ranging in particle size from 74 to 1000 micrometers with a mean time betwee n filter changes under these conditions to exceed 100 hours. The system must demonstrate a start-up period of no more than 5 minutes, where Start-time is considered to be the period from initial system checks performed by the operator to the time when the unit can deliver rated power. The system must demonstrate a stop time of no more than 1 minute, where Stop-time is defined as the ceasing of electrical output, as well as any mechanical operation with the exception of cooling fans operating on battery po wer. The system must start and operate after experiencing vibrations from standard transportation methods, and after a free fall drop of 12 inches onto solid concrete with impact onto bottom surface, sides, or bottom corners of the unit. The CERDEC Power Generation Branch is interested in obtaining white papers, not exceeding 10 p ages in length, describing the contractor's experience in design, development, fabrication and testing of their Stirling system, detailed specifications of their Stirling systems, organizational capabilities, and a Rough Order of Magnitude (ROM) unit cost for potential future government procurements. The data received in response to this RFI is for information purposes only and does not mandate or impose requirements. It is desirable that data be received with unlimited rights to the Government. However, w e recognize that proprietary data may be included with the information provided. If so, clearly mark such proprietary information and clearly separate it from the unrestricted information as an addendum. All responses to this market research shall be submitted within 45 calendar days of the date of this announcement. Responses must be submitted via electronic mail to Mr. Matthew Makowsky, Project Engineer at matthew.makowsky@armypower.army.mil. All questions of a technical nature should be directed to Mr. Makowsky the above email address. All questions of a contractual nature shall be directed to Ms. Patricia Davis, Contracting Officer at pat.davis@cacw.army. mil. No telephonic inquiries or requests will be honored. Please reference the Solicitation Number in all request for information and in the White Paper submission.
- Place of Performance
- Address: US Army C-E LCMC, Acquisition Center - Washington ATTN: AMSEL-AC-W, 2461 Eisenhower Avenue Alexandria VA
- Zip Code: 22331-0700
- Country: US
- Zip Code: 22331-0700
- Record
- SN00936394-W 20051124/051122212210 (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 |