Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 03, 2010 FBO #3266
SOURCES SOUGHT

66 -- Battery Life Test Appliance

Notice Date
11/1/2010
 
Notice Type
Sources Sought
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
RDECOM Contracting Center - Natick R&D (RDECOM-CC), 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-PMSSES1
 
Response Due
11/24/2010
 
Archive Date
1/23/2011
 
Point of Contact
Alan Chisholm, 508 233 6240
 
E-Mail Address
RDECOM Contracting Center - Natick R&D (RDECOM-CC)
(alan.chisholm@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Battery Life Test Appliance This is NOT a solicitation for proposals, proposal abstracts, or quotations. This is a request for information. All information is to be submitted at no cost or obligation to the Government. The purpose of the proposed acquisition is to identify qualified organizations that can provide a solution that will verify the operational battery life of hand-held, push-to-talk (PTT), radio interface assemblies. Typically these systems are referred to as headset/radio PTTs and may come with an internal battery, which cannot be readily verified for true battery life. In an effort to ensure that the operational battery life is accurate, we are pursuing all available options to actively test the PTTs, as opposed to relying on mathematical calculations or modeling. Product specification sheets, White Papers and / or other relative information are welcomed as we conduct a review of each and an overall Analysis of Alternatives. The testing is necessary to verify operational thresholds, mainly duration, of battery powered, human actuated communications equipment in order to both verify manufacturers stated performance specifications and to be better able to mission plan on known equipment battery life cycles. Desired Capabilities: 1. The device shall be able to test at least one Device Under Test (DUT) at a time (T). Device may be able to test up to 5 devices simultaneously (O). 2. The device should be able to test multiple DUTs over time with little if any failure; an acceptable Mean Time Between Failure (MTBF) has not yet been determined. 3. The device shall be adaptable to system being tested (test duration, frequency, etc) and not specific to a single DUT type. 4. The device should be a mechanical apparatus versus human interface/interaction to provide the actuation specific to the DUT. 5. The device shall include or incorporate a device under test voltage / amperage draw monitor. 6. The device shall include or incorporate a device under test voltage / amperage remaining (battery life) indicator. 7. The device shall include or incorporate a data logging function (could be part of monitoring system) which can be queried at any point during or after the test in order to observe voltage / amperage (battery power) remaining of the DUT. 8. The resulting data shall be exportable as a compatible data file which is readable in and printable via Microsoft Windows (XP SP2) or higher. 9. The device may include or incorporate a print function which provides or facilitates printing directly to a printer or via Microsoft Windows (XP SP2) or higher. 10. The devices results output shall be able to be monitored locally (T). The device may be monitored remotely (O). 11. Vendor submissions must perform consistently on standard and non-standard Special Operations Forces communications equipment where a physical force (commonly the operators finger) is required to operate / activate the device (ex. communications headset system Push-to-Talk (PTT) switch). 12. The device shall be programmable to allow for the testing of different types, functionalities and form factors of communications equipment. 13. The system should take into account the need to periodically be tested and/or calibrated and the vendor shall provide their service and customer support plan. 14. The system may be portable in that it could be operated with either commercial AC power or by battery. 15. The system should be programmable to perform testing for multiple durations (minutes to several days). 16. The system shall be compatible and functional with all currently fielded and potential future US Special Operations Forces PTT's / radios. 17. The system shall have training products that have explicit directions use, maintenance and a detailed list of components. 18. The device must be capable of performing testing of DUT within a 0 deg f to 130 deg f temperature range. All responding sources shall provide a summary of their companys capabilities including organizations, name/address/point of contact identification, past experience, business status (small, large, 8A, veteran owned etc.) Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organizations qualifications to provide the service/product. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. All capability statements sent in response to this Request for Information notice must be submitted, electronically (via email), to russell.bell@us.army.mil, Ctr, PM-SSES. This market survey is for information and planning purposes only, does not constitute a Request for Proposal (RFP), and is not to be construed as a commitment by the U. S. Government. The Government implies no intention or opportunity to acquire funding to support current or future development efforts. If a formal solicitation is generated at a later date, a solicitation notice will be published. No award will be made as a result of this market survey. All information is to be submitted at no cost or obligation to the Government. The Government reserves the right to reject, in whole or in part, any private sector input as a result of this market survey. Respondents will not be notified of the results of this survey or results of information submitted. Primary Point of Contact: Russell Bell russell.bell@us.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/743f947bf2ff193cf4426122be68ba43)
 
Place of Performance
Address: RDECOM Contracting Center - Natick R&D (RDECOM-CC) ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street Natick MA
Zip Code: 01760-5011
 
Record
SN02320073-W 20101103/101101233955-743f947bf2ff193cf4426122be68ba43 (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.