Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 04, 2009 FBO #2871
SOLICITATION NOTICE

61 -- Solar-Photovoltaic Power Supply

Notice Date
10/2/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334416 — Electronic Coil, Transformer, and Other Inductor Manufacturing
 
Contracting Office
RDECOM Acquisition Center - Natick, ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
W911QY-10-T-0001
 
Response Due
10/19/2009
 
Archive Date
12/18/2009
 
Point of Contact
Jonathan Lehmann, 508-233-4124
 
E-Mail Address
RDECOM Acquisition Center - Natick
(jonathan.lehmann@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This synopsis is for a 100% small business solicitation W911QY-10-T-0001. The solicitation will be prepared in accordance with FAR subpart 12.6. The U.S. Army RDECOM, Natick Contracting Division has a requirement for commercially available Solar-Photovoltaic Power Supply. Offerors shall submit a one page past performance sheet consisting of two (in the past two years) references for the same or similar service. It must contain a contacts name, contract/order number and a point of contacts telephone or fax number. The North American Industry Code for this acquisition is 334416. The size standard is 500 employees. All responsible sources may submit a quote, which will be considered by this agency. Quotes may be submitted via email to jonathan.lehmann@us.army.mil, fax (508) 233-4889 or sent by overnight or regular mail to Jonathan Lehmann c/o U.S. Army RDECOM, Natick Contracting Division ATTN: CCRD-NA-SY, 1 Kansas Street, Natick MA 01760-5011. Questions may be addressed to Jonathan Lehmann via email at jonathan.lehmann@us.army.mil. The closing time and date for proposals will not be later than 12 pm EDT October 19, 2009. Introduction The following describes a solar-photovoltaic power supply (SPPS) desired for purchase. The system is intended to support R&D; during evaluation efforts it will provide electricity to a variety of prototype military refrigerated container systems designed for solar power. General Requirements The near-term application is a prototype refrigerated TriCon currently being built by Mainstream Engineering of Rockledge, FL. Offerors should contact Greg Cole at Mainstream (321-631-3550) when preparing a response to this solicitation. It will also be used for future projects of a similar nature. The desired SPPS, besides comprising an electrically-connected array of solar modules, includes shelter material for module mounting, and poles and rigging, so that 1) it can provide refuge from rain or sun, 2) the usefulness of the area under its footprint is preserved, and 3) the modules can be angled -- i.e., generally slanted, and static -- toward the sun for more effective energy harvesting. In addition to the array and structure, the system shall include an electrical enclosure providing power conversion and conditioning equipment -- i.e., the balance of system -- that renders the DC output of the array useable to typical military and civilian electrically-powered equipment. To provide a reasonable Return on Investment balanced against transported and deployed system size and weight, the SPPS must provide enough electricity to significantly offset the fuel used to drive a refrigeration unit. Practically speaking, the nominal power output that achieves this balance is currently estimated to be 2 kW. The SPPS must be durable enough to withstand rugged military usage over its lifetime. Detail of Desired Characteristics More detailed expectations of the SPPS item to be purchased are as follows: Footprint: The fully-deployed solar photovoltaic power supply system shall not occupy a footprint exceeding 100 feet x 60 feet. Environment: The SPPS shall operate properly and the equipment shall not be adversely affected by ambient relative humidity between 0 and 100%, ambient temperatures from -25 to 125F, and shall withstand storage temperatures of -60 to 160F without adverse consequences to subsequent operation, performance or equipment. All components and connections shall be protected from the effects of fungus growth and moisture. Wind Load: The SPPS shall be capable of being assembled in winds of 25 mph, and when fully erected shall withstand gusts from any direction without adverse consequences to operation, performance or equipment. Rain: The SPPS shall not pool water and shall withstand sustained downpours, including horizontally windblown rain, without adverse consequences to operation, performance or equipment. Structural members. Any structural item -- to include the photovoltaic modules, module support material, poles, tethers, mounting/securing points, attachments, etc. -- shall be engineered to meet all expected wind load criteria, pre-stress loads and installation loads. Wiring: All cables and wires shall meet National Electric Code (NEC) requirements for extreme environments, mobile systems and safety. Cables and wires shall be routed and secured to ensure safety, and so that they do not hinder or obstruct equipment maintenance or portability. All wire colors shall be in accordance with the NEC. All electrical components shall have their voltage, current and maximum power labeled in close proximity to their connectors. Tools: Any specialty tools required for deployment or maintenance will be included with the system. A minimum of specialty tools is a positive characteristic Durability: The SPPS shall withstand at least 50 setups and strikes without subsequent structural, performance or operational degradation. Error-proof assembly: To assist assembly and installation, and preclude improper assembly or installation, the SPPS shall incorporate the following: 1. Physical measures to prevent interchange of items of a same or similar form that are not in fact functionally interchangeable. 2. Physical measures to prevent improper assembly or mounting of units or components. 3. Physical measures to facilitate proper assembly or mounting of items. 4. Measures (e.g., coding) to facilitate identification and interchange of interchangeable items. Voltage: The nominal and maximum open circuit voltage of the SPPS shall be in the range 48-72 volts DC output to the balance of system. This voltage shall not fall below 29 volts while the array experiences at least 100 W/m2 of incident sunlight. Power: The power output of the SPPS shall be no less than 2.75 kW at 1000 W/m2 in a 25C environment. The power output shall not decrease more than 0.3 %/K as the temperature deviates from 25C. Human performance: Setup and teardown shall require no more than three soldiers. Value Determination Value of the systems offered will be judged primarily on the following criteria, and weighted in this order: 1. Adherence to the above detailed characteristics. Failing to meet a characteristic will result in a judgment that the product is of lesser value. Products exceeding the characteristics will be judged to be of greater value. Offerors are encouraged to highlight additional benefits of their system that may or may not be related to the desired characteristics. 2. Simpler designs -- consistent with the desired functional characteristics -- will be judged of greater value. Simplicity includes factors such as operability, setup, teardown, parts count, specialty tools, and field maintainability by minimally trained personnel. 3. Durability and reliability are of high value. 4. Lower weight is of high value. 5. Lower transport cube is of high value. 6. A shorter duration from order to delivery is of high value. Evaluation After Purchase We expect to be using the SPPS during multiple laboratory and field evaluations to supply power to prototype solar-enabled military refrigeration systems. Offerors should be aware that in parallel we will be evaluating the SPPS equipment for suitability to military use. There are many characteristics that can only be evaluated during a period of ownership. Over the long term, we will be examining items such as safety, human factors, labeling, workmanship, quality of materials and assembly integrity, reparability, durability, and changes in performance over time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMC/DAAD16/W911QY-10-T-0001/listing.html)
 
Place of Performance
Address: RDECOM Acquisition Center - Natick ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street Natick MA
Zip Code: 01760-5011
 
Record
SN01978938-W 20091004/091002234903-784582b01a1d4a1fd202af926e12751e (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 |
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.