SOURCES SOUGHT
61 -- Battery Charger / Power Manager
- Notice Date
- 3/1/2016
- Notice Type
- Sources Sought
- NAICS
- 335999
— All Other Miscellaneous Electrical Equipment and Component Manufacturing
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
- ZIP Code
- 08733-5083
- Solicitation Number
- N68335-16-RFI-0153
- Archive Date
- 3/31/2016
- Point of Contact
- Stephen Winkler, Phone: 7323232971, Eric L. Waterman, Phone: (732) 323-2559
- E-Mail Address
-
stephen.winkler@navy.mil, eric.waterman@navy.mil
(stephen.winkler@navy.mil, eric.waterman@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Request for Information (RFI) Battery Charger/ Power Manager Special Communications Mission Solutions (SCMS) Naval Air Warfare Center Aircraft Division ______________________________________________________________________________ RFI Number: N68335-16-RFI-0153 Classification Code: 6110 ; Electrical Control Equipment NAICS Code(s): 335999; All Other Miscellaneous Electrical Equipment and Component Manufacturing Contracting Office Address: Department of the Navy, Naval Air Systems Command Naval Air Warfare Center Aircraft Division-Lakehurst Contracts Navy Department Hwy. 547 Attn: Bldg. 120-Room 180 Lakehurst, NJ, 08733-5083, United States REQUEST FOR INFORMATION PURSUANT TO FAR 15.201(e) - THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, the Navy is not at this time seeking proposals and will not accept unsolicited proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party's expense. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Failure to respond to this RFI does not preclude participation in any future associated request for proposal that may be issued. BACKGROUND/PURPOSE/TECHNICAL REQUIREMENTS The Naval Air Warfare Center Aircraft Division, AIR-4.11.4-SCMS Division is soliciting information and comments from industry on its ability to provide a non-developmental or Commercial Off The Shelf mobile power supply unit designed to provide a minimum of eight (8) hours of power to equipment such as laptops, global positioning systems, and smart phones. The unit shall provide a minimum of two (2) AC outlets of 5 amperes each and three (3) Universal Serial Bus (USB) ports with minimum of 2.5 amperes each. Noise output shall be <60dbA@1m. The unit shall be man portable. And the power source shall not utilize a combustion engine type. RESPONSES Requested Information Section 1 of the response shall provide administrative information, and shall include the following as a minimum: •· Organization name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and name and e-mail of designated point of contact. •· Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUB Zone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business). Section 2 of the response shall provide technical information, and shall include the following as a minimum: •· Interested parties shall respond with existing capabilities or products that meet all or a subset of the aforementioned attributes. Reponses that include information detailing potential tradeoffs or alternative solutions is encouraged. Respondents should provide a detailed description of the following characteristics of their solution in their submission: •· Time to production •· Identify Safety Agency Ratings, Standards, Military Standards and Tests •· Operations •o Input voltage range in Volts of Direct Current (VDC) & Volts of Alternating Current (VAC) •o Input maximum current in Amps •o Decibel range output •o Output voltage range in VDC & VAC •o Output maximum current in Amps •o Output maximum power in Watts •o Operating temperature in Celsius •o Battery charging capacity for simultaneous and sequential charging in numbers of batteries •o Supported batteries by part number (i.e., military type and commercial type) •· Features •o Dimensions (height x width x depth) •o Weight in lbs. •o Safety Protections (e.g., Overvoltage, Overcurrent, Surge, Electro Magnetic Interference (EMI), etc.) •o Display options for monitoring power levels and battery power status •o System Management Bus (SMBus) support capability •o Number of input ports with range in VDC •o Number of output ports with range in VDC •o Humidity range in Relative Humidity (RH) •· Mean time between failures •· If applicable and able, respondents shall include a list of Department of Defense (DoD), Department of Justice (DoJ) or Department of Homeland Security (DoHS) programs of record that currently employ their solution. It would be helpful if a sponsor POC for each program, with email address and phone number could be identified. •· The Government is interested in receiving vendors' price lists for items they believe meet the need in this RFI. Supplying price data does not imply a contractual obligation and must be provided and marked as PRICE DATA. Additional Information In response to this RFI, respondents shall submit written responses, not-to-exceed ten (10) pages in length via electronic mail. Product specification, sketches, or listings of authorized distributors will not count toward the page limitation. The Government is interested in identification of long lead items(s), sub-systems(s), or systems(s). The Government does not intend to award a contract on the basis of this request or to otherwise pay for the information solicited. Proprietary information will be safeguarded in accordance with the applicable Government regulations. All information received in response to the RFI that is marked PROPRIETARY will be handled accordingly. The Government will not be liable for or suffer any consequential damages for any proprietary information not properly identified. Failure to respond to this RFI does not preclude participation in any future associated RFP that may be issued. Information provided in no way binds the government to solicit or award a contract. HOW TO RESPOND Interested parties are requested to respond to this RFI with a PDF Document Format. Responses shall be limited to 10 pages and submitted via e-mail to the Technical Point of Contact, Brian Metcalf at brian.d.metcalf@navy.mil. The Contracting Officer, Eric Waterman, shall also be copied on email submissions at Eric.Waterman@navy.mil. Proprietary information, if any, should be minimized and must be clearly marked. Responses are due no later than 16 February 2016, 5:00 P.M. EST. Responses to this RFI will not be returned. Respondents will not be notified of the result of the review. If a solicitation is released, it will be synopsized on the Federal Business Opportunities website: www.fbo.gov. It is the potential vendor's responsibility to monitor this site for the release of any follow-on information.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-16-RFI-0153/listing.html)
- Record
- SN04035231-W 20160303/160301234435-a4dc7045f5d377b961ac8471b9bc2683 (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 |