SOURCES SOUGHT
25 -- 10 kW Tactical Vehicle Inverter System (TVIS)
- Notice Date
- 1/30/2006
- Notice Type
- Sources Sought
- NAICS
- 335999
— All Other Miscellaneous Electrical Equipment and Component 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-TVIS
- Response Due
- 3/1/2006
- Archive Date
- 4/30/2006
- Small Business Set-Aside
- N/A
- Description
- In support of the FY07 Defense Acquisition Challenge Program (DACP) entitled 10 kW Tactical Vehicle Inverter System (TVIS), the US Army Research, Development and Engineering Command (RDECOM), Communication, Command and Control Directorate (C2D), Army Power Division, Power Generation Branch, Fort Belvoir, VA is conducting a market investigation of 10 kW Inverter Systems that will convert DC power from a tactical vehicles battery charging alternator battery system to clean, usable onboard AC electric p ower to meet mission requirements. Military operations in Iraq and Afghanistan have highlighted the importance of reliable electrical power in tactical, mobile battlefield operations. In order to address current IED based threats, the director of Tactica l Wheeled Vehicle Requirements Management Office (TWVRMO) has issued new transportability requirements which necessitates all tactical vehicles have Up-Armor in order to gain transportation approval. With this new requirement, the weight of military vehic les will increase thereby compromising the platforms ability to carry / tow critical mission equipment such as power systems. In order to meet this requirement, Tactical Inverters are seen as a potential lightweight solution to addressing the power needs without compromising host vehicle mobility, reliability or effectiveness. The Army is interested in obtaining information on commercial off the shelf inverter systems that can provide 10 kW of continuous electrical power for vehicle based operations. Information to be provided should include, but not be limited to, description s of conventional or high frequency power sources with power electronics; information on mechanical construction, output rating and performance characteristics; wave shape, harmonics, insulation, indirect and/or direct cooling, losses and efficiencies, ope rational and technical test results; company engineering, development and manufacturing capability; photographs; product availability; and price quotes for 500 to 1500 units per year. The system sought must be capable of producing 3.5 kW, 120 Vac, 0.8 pow er factor (pf) leading to lagging, 60 Hz, Single Phase power to support mission loads and 6.5 kW, 240 Vac, 0.8 power factor (pf) leading to lagging, 60 Hz Single Phase power to support ECU loads. This inverter system shall deliver 120 Vac and 240 Vac simu ltaneously. The 10 kW TVIS shall either physically secure to a rack inside the vehicle, on the floor inside the shelter. Input to the 10 kW TVIS shall be 28 Vdc coming from the vehicles alternator/battery system. The 10 kW TVIS shall meet the following requirements: supplying power to mission loads and ECUs simultaneously, providing an in-rush current of two (2) times or higher rated current for motor starting, withstand vibration from rough terrain and survive EMI. The 10 kW TVIS should also meet the following required operational/performance capabilities: (1) Power and Voltage - Shall be rated and capable of continuously producing 3.5 kW, 120 Vac, Single Phase, 60 Hz at any power factor from 0.8 pf lagging to 0.8 pf leading with the input voltage a s low as 20 VDC (required), 18 Vdc (desired) or as high as 32 Vdc and at the same time, the unit will be able to deliver, via separate terminals, 6.5 kW, 240 Vac, Single Phase, 60 Hz at any power factor from 0.8 pf lagging to 0.8 pf leading with the input voltage as low as 20 Vdc (required), 18 Vdc (desired) or as high as 32 Vdc. The inverter system shall also have a minimum efficiency at unity power factor of 80 percent or higher at all loads. (2) Overload - The inverter system at 28 Vdc input, shall be capable of powering an overload of 110 percent of rated power for 2 hours, 120 percent of rated power for 5 minutes, and be capable of operating with 500A of input current for up to ten seconds without damage. (3) Power Quality & Electromagnetic Interfe rence (EMI) - The inverter system shall meet MIL-STD-1332B, Utility Class 2C, for po wer quality and MIL-STD-461E for ground power electromagnetic interference. (4) Temperature Operation - The inverter system shall be capable of providing continuous, rated power within a temperature negative 25 degree F to positive 125 degree F (negative 32 degree C to positive 52 degree C) when mounted inside the tactical vehicle at any possible relative humidity within this range. Airflow in either installation shall be sufficient to maintain these upper temperature limits while the system operates at 80 percent efficiency. (5) Salt Fog or Sea Spray - The inverter system shall be capable of starting and operating without damage in a salt fog or sea spray environment. (6) Sand / Dust The inverter system shall be capable of starting and operating wi th a sand/dust particle concentration of up to 1400 milligrams per cubic meter. Particle sizes shall range from less than 74 micrometers in diameter to 1000 micrometers, with the bulk of the particles ranging in size from 74 to 350 micrometers. (7) Ice, Freezing Rain and Hoarfrost - The inverter system shall be capable of starting and operating with accomodations of ice glaze, freezing rain and hoarfrost of up to 0.5 inch and up to a specific gravity of 0.9. (8) Storage - The inverter system shall not be damaged by exposure to humidity. The inverters shall meet the requirements found in AR 70-38 Chapter 2 Climatic Criteria. The inverter system without packaging shall not be damaged in a salt fog environment. The system without packaging shall not be damaged by storage at negative 60 degree F through positive 160 degree F. (9) Physical Requirements - The inverter system shall either physically secure to a rack inside the vehicle or on the floor inside the shelter. The only vehicle interface required will be to connect into the vehicle battery-charging alternator / battery system. Load equipment will be separately connected via terminals. The maximum weight of the inverter system shall not exceed 60 pounds. CERDEC does not intend to award a contract on the basis of this Market Investigation or otherwise pay for information solicited. No funds have been authorized or appropriated for this effort. The data received in response to the Market Investigation is f or information purposes only and does not mandate or impose requirements. It is highly desirable that data be received with unlimited rights to the Government. However, we 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. Request that all information be provided within 30 days of the date of this announcement. Information may be submitted either via mai l or electronically (preferred), or both. Mailed information shall be sent to HQ, USA CECOM RDE CENTER, AMSRD-RD-C2-AP-PG ATTN: Mr. Edmund A Nawrocki, 10108 Gridley Road, Suite 1, Fort Belvoir, VA 22060-5817. Electronic information shall be sent to edmund .nawrocki@armypower.army.mil. This Market Investigation opens on 30 January 2006 and shall be open for 30 days thereafter. Email your questions to US Army Communications-Electronics Command, CECOM Acquisition Center Washington at Maureen.Parsons@cacw.arm y.mil.
- 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
- SN00976183-W 20060201/060130213035 (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 |