SOURCES SOUGHT
A -- This is a Request for Information (RFI) to obtaing information regarding a 15kW Generator.
- Notice Date
- 9/20/2011
- Notice Type
- Sources Sought
- Contracting Office
- ACC-RSA - (SPS), ATTN: AMSAM-AC, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
- ZIP Code
- 35898-5280
- Solicitation Number
- W31P4Q11R0264
- Response Due
- 9/30/2011
- Archive Date
- 11/29/2011
- Point of Contact
- Leighton Ellington Bragg, 256-842-7506
- E-Mail Address
-
ACC-RSA - (SPS)
(leighton.e.bragg@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This Request For Information (RFI) is for informational purposes only; this is not a Request for Proposal (RFP). All interested parties are encouraged to respond to this RFI. The Government will not pay for information and materials received in response to this RFI and is in no way obligated by the information received. 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 on commercially available, military specific, or capabilities to develop and produce a 15kW Generator with the following performance characteristics: Electrical Performance: Capable of providing not less than (NLT) 15 kW at NLT 0.8 power factor (pf) (oos phi equals 0.8), lagging, 3 phase, 52 Amperes per phase, 4 wire, 208 volts (V), rootmean squared (rms), line-to-line and 120 V rms, line-to-neutral, at all operating environmental conditions specified in Appendix I to MI-SS-1503-501. The hybrid generator battery system must be capable of supplying 15KW continuously. The 15KW power can be provided from a combination of diesel generator and battery source. The hybrid system must be capable to operate on battery power for a minimum of one hour, with a goal of operating on battery power 90% of the time minimizing diesel consumption. Environmental Performance Characteristics: Ability to start, operate, and stop within a wide range of temperature, altitude, and severe weather conditions to include but not limited to minus 30 degrees C to plus 55 degrees C at altitudes up to 8000 ft, wind, rain, humidity, sand and dust, ice, and frost.. The storage temperature shall be minus 30 degrees C to plus 65 degrees C. Transportation Performance Characteristics: Able to be transportable by air, rail, road, ship, helicopter and field army transportation to and in the theater of operations to include but not limited to 12 inch end drops; rail impact at 8 MPH; military road courses and lifting and tie down provisions in accordance with Mil-Std-209. Survivability Performance Characteristics: Able to sustain performance while in EMI, HEMP, and NBC environments to include but not limited to a transient on the power/control cables which when applied to the unit shall be NGT 84 V at a damped pulse ring frequency of 18 MHz with a duration of 500 ns. Reliability: Able to demonstrate a Mean Time Between Failure when operating of not less than 1000 hours, with a Mean Time To Repair of not greater than 1.0 hour. Physical Characteristics: Wet weight not greater than 2650 pounds. Wet weight includes lube oil, battery electrolyte, hydraulic fluid and a full fuel tank and fuel system. Miscellaneous Characteristics: To include, but not limited to operating with a 20 year life expectancy after deployment to a theater of operations, assuming period rebuild; not degrade in performance after storage of up to 5 years when properly packaged, preserved and protected, and stored; emergency stop and remote command battle short capability; full electrical protective systems; operable on diesel fuel conforming to VV-F-800; CARC painting and production conformance testing. Potential sources shall either have available or have the capability to develop a full logistics documentation package commensurate with, and in parallel with, the hardware technical development and testing. Logistics documentation shall include but not limited to full Technical Data Packages with product level drawings, interactive electronic technical manuals (IETMs) and full provisioning and training documentation. All data shall be in accordance with Government specified specifications and standards. Potential sources must also have the capability to produce, assemble, paint and test production quantities as ordered. Potential solutions must be capable of being CARC painted; with the application of three color camouflage patterns; and shall be able to perform various examinations, inspections and tests to demonstrate required performance criteria. All testing will be in accordance with Mil-Std-705 Test methods. Interested parties with the ability to satisfy the above characteristics and capabilities should submit a white paper, not to exceed 15 pages, discussing your company's ability to meet the above requirements. The response should include a complete discussion of the ability to meet the above stated characteristics and capabilities, contractor's facility availability and staffing capabilities. The supporting documentation must be in sufficient detail to enable the Government to determine if the potential vendor either has the required product, hardware and data, or the capabilities and production qualifications required for this combined development and production effort. Please also include a discussion of any commercially available solutions which your company can provide. Descriptive literature of the commercial product, if available, should be provided and will not be included in the above page count. Responses should also include a cover letter (not included in the page count) providing: 1. A point of contact information to include: company name, contact name, company address, website (if available), contact phone number, and contact email address. 2. Statement as to whether or not your company is considered a small or large business. Please also indicate any socioeconomic classification (8(a), Woman-Owned, Veteran-Owned and Operated, Service-Disabled Veteran-Owned, Operated business, or HUB-Zone) that applies. The small business size standard is 1,000 employees for the North American Industry Classification System (NAICS) Code 335312. 3. Cage Code and Duns Number. The data received in response to this market survey is for information purposes only and does not mandate or impose requirements. This notice is not a request for proposal and the Government does not intend to pay for information submitted. Respondents will not be notified of the results of the evaluation of the information they provide. No contract award will be made on the basis of responses received; however, the information will be used in an assessment of capable sources. It is desirable that data be received with unlimited rights to the Government. However, we recognize that proprietary data may be included with the information provided. If so, clearly mark such proprietary information and clearly separate it from the unrestricted information as an addendum. Responses are to be submitted via e-mail to Mr Kevin Blacklock at kevin.blacklock@us.army.mil, within 10 calendar days of the date of this notice. E-mail shall be limited to 20MB. Date of Response shall be 30 September 2011.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/4db0d290778576116b8b2211472cb4b0)
- Place of Performance
- Address: ACC-RSA - (SPS) ATTN: AMSAM-AC, Building 5303, Martin Road Redstone Arsenal AL
- Zip Code: 35898-5280
- Zip Code: 35898-5280
- Record
- SN02585454-W 20110922/110921000841-4db0d290778576116b8b2211472cb4b0 (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 |