Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 20, 2011 FBO #3344
SOURCES SOUGHT

A -- Request for Information for Power System for Small Unmanned Aerial Systems and Munitions

Notice Date
1/18/2011
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
AMCOM Contracting Center - Missile (AMCOM-CC), ATTN: AMSAM-AC, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
 
ZIP Code
35898-5280
 
Solicitation Number
W31P4Q-11-R-0068
 
Response Due
3/7/2011
 
Archive Date
5/6/2011
 
Point of Contact
Lisa Duncan, 256-842-7408
 
E-Mail Address
AMCOM Contracting Center - Missile (AMCOM-CC)
(lisa.d.duncan@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION OR SOLICITATION FOR PLANNING PURPOSES (OCT 1997) (a) The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation. (b) Although proposal and offeror are used in this Request for Information, your response will be treated as information only, it shall not be used as a proposal. (c) This solicitation is issued for the purpose of obtaining information to serve as a market survey to aid in research associated with the potential development of a Power System for small unmanned aerial systems and munitions. The government does not presently intend to award a contract, but desires information on risk, capability, price, innovative research and development methodology and other information in planning the development of a Power System. This is a Request for Information (RFI) issued pursuant to FAR 15.2. The U.S. Army Research, Development and Engineering Command (RDECOM), Aviation and Missile Research, Development, and Engineering Center (AMRDEC) Redstone Arsenal, AL, on behalf of the U.S. Army, desires to obtain information to serve as a market survey to aid in research associated with the development of a Power System designed to provide motive and electronics power to small unmanned aerial systems and munitions over the full range of stated environmental operating and storage requirements. As a result of issuing this RFI, the Government expects to receive technical, programmatic, and innovative methodology data to assist in the following: (1) Determine the ability of current and near term Power System technology to support small unmanned aerial systems and munitions, (2) Identify feasible alternatives that meet the objectives stated below, (3) Determine the approximate research and development cost and schedule, and end-item cost information for each alternative, and (4) Determine the estimated performance characteristics and risks associated with each alternative. Interested and capable sources are asked to submit a white paper containing a description of the above areas of interest. Information on available, emerging, or required technologies and how these technologies could be applied to this project should also be included. Technical objectives: A high power and energy-density full temperature-range battery or other electrical energy storage system is needed to produce power for small all-electric unmanned aerial systems and munitions. This power is used to produce motive force for the vehicle as well as provide power for the on-board electronics. Propulsion power is by far the largest requirement and the most dynamic of all on-board systems. The system is to be able to produce the full peak power requirement (flyout) upon initiation, including after cold temperature soak. Primary reserve batteries, active primary batteries, secondary (rechargeable) batteries, fuel cells or alternative system technologies are sought which will meet the prescribed system requirements. Predicted sizes, weights and performance are given based on anticipated test bed hardware, but the final system configuration is not known at present. The candidate shall fit within a space of 120,000 cubic millimeters, with weight not to exceed 300 grams. The preferred dimensions are 105 x 57 x 20 mm, but other configurations are of interest. Output voltage shall be nominally 24V, with 18.0V minimum, and 24.6V maximum. The system may be energized at power levels on the order of 10W for up to 2 minutes prior to flight. The candidate shall be capable of producing 500W (23 Amps) for a duration of approximately 10 seconds upon initiation even at the cold-soak operating temperature of -32C. The candidate shall then be capable of delivering an average of 160W comprised of swings from 10W minimum to 340W maximum for the duration of the mission. The load rate of change is approximately 2000W per second (.002W per microsecond). The candidate shall produce a total energy of 50,000 J minimum for duration of at least 300 seconds (Threshold) or 150,000J minimum for duration of at least 900 seconds (Objective) over the full operating temperature range. The Operating Temperature range is -32C to 60C. The candidate shall have a shelf life of greater than 6 months (Threshold) or greater than 5 years (Objective) within the Storage Temperature range of -51C to +71C. The candidate shall be able to operate at altitudes greater than 5000 feet above MSL (Mean Sea Level) (Threshold) or greater than 14000 feet MSL (Objective). For rechargeable systems only, the candidate must retain 90 percent of full charge for greater than 3 months (Threshold) or 6 months (Objective) without recharging. Recharging time, if applicable, is to be 1.0 hour maximum. The power system must be capable of withstanding launch shock loads of approximately 1000 g's over 6 milliseconds at the operating temperatures specified. The purpose of this RFI is to gather information about those top level requirements enumerated above. To the extent simplifying assumptions are needed, respondents are encouraged to make and document such assumptions in their responses. Responses: To assist in research associated with the potential development of a Power System for small unmanned aerial systems and munitions, the government is requesting information from industry. Interested parties should submit white papers not to exceed 15 pages and no smaller than 12pt Times New Roman font. Responses may include multiple concept submittals. The government encourages creativity in responses to this RFI. The white paper should include the following: (1) A brief description of one or more conceptual alternatives for the Power System for small unmanned aerial systems and munitions including associated components, (2) An overall feasibility assessment of each alternative and how each meets the objectives stated above. (3) A candidate high-level implementation roadmap that includes transition points, (4) Power System cost drivers and cost tradeoffs and a preliminary cost estimate for each of the alternatives should be provided to include research and development costs, and cost per system for quantities of 500, 2000, and 20,000, (5), A high-level risk assessment for each alternative that articulates the respondent's understanding of associated risks and risk mitigation approaches, (6) An estimate of Technology Readiness Levels (TRLs) of components and the power system as a whole, (7) A brief description of any projects that the respondent's company is or has been involved in that are similar in concept to what is described in this RFI. This should include any relevant lessons learned, (8) Any additional materials that are deemed appropriate by the respondent. The objective of this process is to assess current and future products and technologies capable of achieving the stated Power System objectives. After RFI release, there will be a period of for question submittal. All questions must be submitted in writing and reference the RFI number no later than 3:00 CST on 3 February 2011 to the contractual point of contact Lisa Duncan at lisa.d.duncan@us.army.mil; telephone requests for addition information will not be honored. Request must include: Company name, Commerical and Government Entity (CAGE) code, and appropriate point of contact information. All questions must be submitted in writing (e-mail) and reference the RFI number; telephone requests for additional information will not be honored. All RFI responses must be submitted to the technical point of contact, Bill McMahan, 256-876-7626, bill.mcmahan@us.army.mil no later than 3:00 PM Central Standard Time (CST) on 7 March 2011 to the technical point of contact. The government requests that the respondents deliver one electronic soft copy in Microsoft Word or Adobe PDF format. In addition to the information provided above, all responses to this RFI must include the RFI number, company or institution name, Commercial and Government Entity (CAGE) code, and point of contact information. NO FOREIGN PARTICATION IS AUTHORIZED. Acknowledgement of receipt will only be issued if a return receipt is requested with the submission. Please do not submit any classified information. All information submitted shall be adequately safeguarded from unauthorized disclosure in accordance with FAR Part 15.207. The Government reserves the right to request further clarification or request presentations to enhance the Governments understanding of the respondent's submittal. White papers that fail to comply with the above instructions or present ideas that are not pertinent to the subject may not be reviewed. This is a request for information purposes only. This notice does not constitute a commitment by the U.S. Army to procure products or services. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS REQUEST FOR INFORMATION OR OTHERWISE PAY FOR THE INFORMATION SOLICITED. No award is intended as a result of the RFI. Information submitted in response to this RFI is submitted at no cost to the Government and will not be returned. Any exchange of information shall be consistent with procurement integrity requirements, and all appropriate proprietary claims will be protected to prevent improper disclosure. In the event you have difficulty reading this RFI, please contact Lisa D. Duncan via email at lisa.d.duncan@us.army.mil for a copy of this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/4d2b12afc4e7b0271fffcf60a5e9329e)
 
Place of Performance
Address: AMCOM Contracting Center - Missile (AMCOM-CC) ATTN: AMSAM-AC, Building 5303, Martin Road Redstone Arsenal AL
Zip Code: 35898-5280
 
Record
SN02361621-W 20110120/110118233904-4d2b12afc4e7b0271fffcf60a5e9329e (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.