SOURCES SOUGHT
61 -- HIGH ENERGY DENSITY RECHARGEABLE BATTERY/ENERGY STORAGE SYSTEM FOR US NAVY MANNED SUBMERSIBLE
- Notice Date
- 6/2/2009
- Notice Type
- Sources Sought
- NAICS
- 335912
— Primary Battery Manufacturing
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NSWC Crane Division, N00164 NAVAL SURFACE WARFARE CENTER, INDIANA 300 Highway 361, Building 64 Crane, IN
- ZIP Code
- 00000
- Solicitation Number
- N0016409RGS51
- Response Due
- 6/19/2009
- Archive Date
- 7/30/2009
- Point of Contact
- Contracting POC: MS. LORNA TRIBBY, 812-854-6021, email: lorna.tribby@navy.milTechnical POC: Mr. Joe Bailey, 812-854-1665, email joseph.p.bailey1@navy.mil or Mr. Larry West, 850-766-7056, email:larry.m.west@navy.mil<br />
- E-Mail Address
-
POINT OF CONTACT
(lorna.tribby@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- MARKET SURVEY - SOURCES SOUGHT SYNOPSIS - This synopsis is being posted to the Federal Business Opportunities (FBO) website located at http://www.fbo.gov, the Navy Electronic Commerce on Line (NECO) website located at https://www.neco.navy.mil/, and the Naval Surface Warfare Center, Crane Division, Acquisition website located at http://www.crane.navy.mil/acquisition/homepage.htm. FBO is the primary point of entry to be used when access to synopses and solicitations from the World Wide Web is required. However, the NECO webpage as well as the Naval Surface Warfare Center, Crane Division, Acquisition webpage serve as alternatives if the FBO website is unavailable. The NAVY is seeking inputs from parties interested in supplying a power source with a high energy density, for manned US Navy wet-submersibles. Any suitable power source, such as batteries, fuel cells, etc. will be considered. The power systems are managed by Crane Division, Naval Surface Warfare Center (NSWC Crane). Attachment 1 provides specific requirements for the proposed power system. Interested parties shall submit an initial synopsis (commonly referred to as "white paper") following format outlined in attachment 1. Offerors should submit the white papers electronically to the NSWC Crane Contracting Office point of contact below NLT 1159 PM EST 6/19/2009. This sources sought synopsis does not constitute an Invitation for Bids (IFB), a Request for Quote (RFQ), or a Request for Proposal (RFP) and it should not be construed as a commitment of any kind by the government to issue a formal solicitation or ultimately award a contract. The US Government is in no way liable to pay for or reimburse any companies or entities that respond to this announcement. Any costs incurred by interested companies in response to this announcement will NOT be reimbursed. White papers may be submitted any time prior to expiration of this announcement. The following point of contact is provided for information regarding technical issues: Mr. Joe Bailey, email joseph.p.bailey1@navy.mil, phone 812-854-1665 or Larry West larry.m.west@navy.mil, phone 850-766-7056. NSWC Crane Contracting Office Point of Contact is Lorna Tribby, email lorna.tribby@navy.mil, phone 812-854-6021. Please refer to announcement number N00164-09-R-GS51 in all correspondence and communications. ATTACHMENT 1 BACKGROUND: Rechargeable silver zinc batteries, as well as lithium ion batteries have been used for similar submersibles in the past. However, this RFI is not intended to limit interested parties from considering and proposing other chemistries and technologies. With rapid technological advances in engineering, manufacturers may well exceed current power density and configuration requirements. Deviations from the specification that would enhance or improve desirable characteristics of the power system are encouraged. In addition to the power source itself, a power management system is required.For planning purposes, anticipate delivery of prototype power system and ancillary support equipment in fiscal year 2012. 1. Specific energy should have a minimum threshold of 0.15 kWhr per kilogram with an objective of 0.19 kWhr per kilogram at the lowest replaceable unit (LRU) level, and shall be configured to fit within additional power system packaging. Energy density should have a minimum threshold of 0.3 kWhr/Liter with an objective of.4 kWhr/Liter at the LRU level. 2. The power source should be modular in nature with the ability to connect or disconnect additional identical power sources for scalability to smaller or larger platforms such that varying mission requirements can be met with the appropriately sized power source. 3. The power source will be housed inside pressure vessels within a manned compartment. The pressure vessels will not be provided as part of the power source; a separate entity will design and fabricate the vessels. This RFI does not need to focus on the pressure vessel (or other packaging methods) only that the power source will be housed within one. Pressure vessels will see pressures of approximately 200' of seawater. Power source pressure proof packaging options that will optimize the overall package weight and volumetric power density are encouraged. Examples of this include pressure compensated or inherently pressure proof systems. 4. The proposed technology for the power source shall have a Technical Readiness Level (TRL) of 7 or greater in accordance with DOD 5000. 5. The power system must have capability of being charged in place, without removal or modification of any portion of the power system or submersible. Submersible must be able to be recharged prior to, and after diving evolutions without removal of any portion of the power system. 6. Operating conditions in water will be from 32oF to 100oF, and air storage temperatures will be from -30oF to 140oF. 7. Although not specifically addressed within this RFI the recharge time and total power system volume and weight are critical factors and will be considered when evaluating power sources. SAFETY: Safety shall be a consideration during all phases, and all components of the power system. The environment under which the power system is to be used, calls for special consideration, and sufficient safety features must be included on all components of the power system, as well as ancillary support equipment. 1. The submersible may be either manned or unmanned systems with operators in either a wet or dry pressurized environment. Some configurations may require the submersible operators to be seated directly over the power system placement area. 2. The submersible will be operating from various platforms to include, submarines, surface ships, and shore based hangars. Charging capability is required in all environments. All components of the power system must be able to meet navy shipboard use requirements. See references below.?NAVSEA Instruction 9310.1B Navy Lithium Battery Safety Program?S9310-AQ-SAF-010 Navy Lithium Safety Program Responsibilities and Procedures?NAVSEA S9510-AB-ATM-010 Nuclear Powered Submarine Atmosphere Control Manual.?NAVSEA SS800-AG-MAN-010/P-9290 System Certification Procedures and Criteria Manual for Deep Submergence Systems.?IEEE Standard 45 Recommended Practice for Electrical Installations Shipboard3. Power System and charging equipment shall contain redundant hardware and software safety measures sufficient to protect operators, maintenance technicians, equipment, and the host platform. SAMPLE "WHITE PAPER" RESPONSE OUTLINEFollowing is a suggested outline and suggested page counts for a response to this RFI. This outline is intended to minimize the effort of the respondent and structure the responses for ease of analysis by the government. Nevertheless, respondents are free to develop their responses as they see fit.Section 1 - Technological AlternativesBriefly describe one or more technological alternatives, including the reliability, safety and technology readiness characteristics of the alternatives. (3-5 pages per alternative)Section 2 - Feasibility AssessmentBriefly describe the feasibility of each alternative and the design tradeoffs involved as matched against the functional requirements and risks. (1 page per alternative)Section 3 - Corporate ExpertiseBriefly describe your company, your products and services, history, ownership, financial information, and other information you deem relevant.In particular, please describe any projects you have been involved in that are similar in concept to what is described in this RFI, including management and operations approach, and any relevant lessons learned. (no suggested page count)Section 4 - Additional MaterialsPlease provide any other materials, suggestions, and discussions you deem appropriate. Include any recommended structure of the requirements in the event the government plans to issue a request for proposal.SUBMISSION OF RESPONSES: ALL RESPONSES SHALL BE SUBMITTED VIA EMAILResponses to this RFI should be submitted via email no later than June 19, 2009 to joseph.p.bailey1@navy.mil, phone 812-854-1665 and Larry West larry.m.west@navy.mil, phone 850-766-7056. Please limit responses to 25 pages written and/or 25 MS PowerPoint slides. Responses to all or part of the above RFI will be accepted. Proprietary information shall be clearly marked. The Government will NOT be responsible for any proprietary information not clearly marked. Responses to the RFI shall include the following:Submitter's NameStreet Address, City, State, NINE-Digit zip codePoint of Contact (POC) POC Telephone and facsimile numbers. You may also submit supplemental hardcopy materials such as brochures, etc. to Joe Bailey, Crane Division, Naval Surface Warfare Center Power Systems Science and Engineering Branch Bldg. 3287W 300 Highway 361 Crane, IN.Responses from Small and Small Disadvantaged Business firms are highly encouraged. Firms responding should indicate if they are a small business, a socially and economically disadvantaged business, 8(a) firms, historically black colleges or universities, and minority institutions. Responses received after 19 June 2009 may not be considered in the government's analyses. You may submit corporate expertise information if you would like to be considered a possible interested source. We may contact RFI respondents to get clarification on the information submitted.Naval Surface Warfare Center, Crane IN, plans to conduct an Industry Day, where the Government can elaborate on the requirements and cost constraints. If you are interested in attending Industry Day, you will need to provide your name, company representing, company address, telephone number, and e-mail address to: joseph.p.bailey1@navy.mil, no later than 24 calendar days after the posting of this announcement. Amplifying information for Industry Day will be sent to interested parties that have provided the above information. For planning purpose, we plan to conduct Industry Day 30 June 2009. The Government may elect to conduct one-on-one discussions with industry to obtain clarification of the RFI responses. One-on-one discussion will be conducted only with those that provided an RFI response, and only 8 members of each respondent group will be permitted during discussions. Please note that the Government is under no obligation to conduct these sessions.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016409RGS51/listing.html)
- Record
- SN01834006-W 20090604/090602235910-106ff6a792e626e545d656ed982f965a (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 |