SOLICITATION NOTICE
A -- ON-BOARD HYDROGEN STORAGE & POWER SYSTEMS FOR CLASS II FORKLIFTS (STOCK SELECTORS)
- Notice Date
- 12/4/2009
- Notice Type
- Presolicitation
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- N00164 NAVAL SURFACE WARFARE CENTER, INDIANA 300 Highway 361, Building 64 Crane, IN
- ZIP Code
- 00000
- Solicitation Number
- N0016410RGS57
- Response Due
- 2/16/2010
- Archive Date
- 4/16/2010
- Point of Contact
- Lorna Tribby 812-854-6021 Lorna Tribby812-854-6021 lorna.tribby@navy.mil
- E-Mail Address
-
POINT OF CONTACT
(lorna.tribby@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- 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. This requirement is for basic/applied R&D efforts for hydrogen storage and fuel cell system design concepts for operational demonstration. This endeavor will culminate one or more cost-type contract awards. The primary performance objective of this effort is to replace the current batteries in the battery powered fleet of Class II forklifts (stock selectors) operated at Defense Distribution Center Warner Robins, Georgia (DDWG) (30 total) with fuel cell powered units. The overarching objective of this program is to identify, design and complete a 12 month operational demonstration to validate fuel cell power units operationally and to significantly increase the Technology Readiness Levels (TRLs) and Manufacturing Readiness Levels (MRL's) associated with fuel cell power system designs for DOD forklift applications. TRL and MRL definitions may be found at: http://akss.dau.mil/dag/GuideBook/IG_c10.5.2.asp and https://acc.dau.mil/CommunityBrowser.aspx?id=18231 respectively. The secondary objective of this effort is to expand and improve the hydrogen infrastructure technologies used to support a fleet of stock selectors and other hydrogen powered equipment operated at DDWG. The current infrastructure that is being installed at DDWG is based on natural gas reforming at a centralized location at Robins AFB and then subsequently delivering, via mobile refueler, to six locations around the base where hydrogen powered equipment refill operations occur. Operations conducted utilizing this support infrastructure are limited by refill times when the mobile refueler is present at each of the refill locations. Proposals are requested to identify alternate solutions that will expand the existing hydrogen refill operational capabilities at select hydrogen refill locations. The third objective is to compile operational data to further support our ongoing development of the business case surrounding the use of hydrogen fuel cell powered material handling equipment in DOD warehousing operations. Contractors must be registered with the Central Contractor Registration database and have a Defense Contract Audit Agency approved accounting system. The Government intends to award to the responsible contractor(s) who offer the best value to the Government as described in the evaluation criteria listed in section M of the RFP. The solicitation will be available on or about 15 JAN 2010 at the following address: http://www.crane.navy.mil/acquisition/homepage.htm. It is the responsibility of interested vendors to monitor the Crane web site, FedBizOpps and/or NECO for amendments that may be issued to this solicitation. For changes made after the closing date, only those offerors that provide a proposal will be provided any changes/amendments and considered for future discussions and/or award. "No hard copies of the solicitation will be mailed". Interested sources must download from the www site listed. Offer must be submitted in the format specified in the solicitation. Questions should be directed to Ms. Lorna Tribby at telephone 812-854-6021 or email lorna.tribby@navy.mil (preferred method). All responsible sources may submit a proposal, which shall be considered. Please reference the above solicitation number when responding to this notice.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016410RGS57/listing.html)
- Record
- SN02017364-W 20091206/091205000050-079141b78d66feb55f947c64ee693069 (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 |