Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 24, 2016 FBO #5327
SOURCES SOUGHT

61 -- Conformal Wearable Battery (CWB) - Technical Requirements

Notice Date
6/22/2016
 
Notice Type
Sources Sought
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W909MY) Belvoir, 2461 Eisenhower Avenue, Alexandria, Virginia, 22331, United States
 
ZIP Code
22331
 
Solicitation Number
W909MY16RE003
 
Archive Date
8/6/2016
 
Point of Contact
Patrick R. Colleran, Phone: 7037040843
 
E-Mail Address
patrick.r.colleran.civ@mail.mil
(patrick.r.colleran.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
MIL-PRF-32383 MIL-PRF-32383/4 CWB Market Research Request for Information: This Request for Information (RFI) is for market research purposes only and is a follow on to previous research conducted under RFI W909MY-15-R-H005 (released on 11 February 2015) for production quantities of the Conformal Wearable Batteries (CWB). The purpose of this RFI is to: (a) identify potential sources of supply and (b) allow potential sources who responded to the previous announcement to update their information. Responses to this immediate notice will assist the Government in determining potential responsible sources as well as their technical and production capabilities. Attached to this RFI is the revised draft CWB performance specification slash sheet and associated military performance specification. Industry is welcome to provide comments on the slash sheet only at this time. The Government does not guarantee that this RFI will result in a Request for Proposal (RFP) or contract award. The Government will not provide reimbursement for any costs incurred by vendors who respond to this RFI. All questions relating to this notice shall be sent via email to Army Contracting Command - Aberdeen Proving Ground Belvoir Division, point of contact (POC), Patrick Colleran at patrick.r.colleran.civ@mail.mil. 1. REQUIREMENT The U.S. Army Program Manager Soldier Warrior (PM SWAR) and the Communications Electronics Research Development and Engineering Center's (CERDEC) Command Power and Integration (CPI) Directorate are conducting a Sources Sought market survey to identify sources with the interest and capability to provide a CWB. The total number of CWBs to be procured over the length of the contract is estimated to be up to 90,000 batteries with yearly procurements estimated to be between 7,000 to 15,000 batteries. The CWB is a warfighter wearable battery that is flexible so as to be able to conform to the surface of the soldier's torso. All of the technical requirements for the CWB can be found in MIL-PRF-32383 "Performance Specification, Batteries, Rechargeable, Sealed" dated 16 June 2011 and MIL-PRF-32383/4 "Performance Specification Sheet, Battery, Rechargeable, Sealed, Lithium-Ion, BB-2525 and BB-3535" dated 26 May 2016. Requirements contained in these documents that are unique to the CWB include, but are not limited to, the following; • A specific coefficient of surface friction • Ability for concurrent charging and discharging • Flexibility and conformability requirements • Survive prolonged exposure to solar radiation • Survive penetration by bullets and continue to provide energy • Ability to be charged at low temperatures Potential offerors are advised to review the cited military specification documents for all of the performance characteristics and associated testing. INSTRUCTIONS TO POTENTIAL RESPONDENTS - DELIVERABLES: All interested parties shall respond to the RFI by submitting the below information no later than the close of business (COB) on 22 July 2016: Interested parties capable of meeting the current CWB requirements shall submit a written narrative which supports their company's claim of presently having the technology, qualifications, experience, and capabilities as they relate to the design and production of a CWB. Responses must be no longer than ten (10) pages in length using Arial font no smaller than size 11. Questions, Data sheets if included, do not count towards the eight (8) page maximum. Specifically, any interested companies shall provide the following information: 1. Please provide the following Point of Contact information: Company: Address: CAGE Code: Point of Contact: Phone Number: Fax Numbers: Email Address: 2. Please identify your company's small business size standard based on the primary North American Industrial Classification System (NAICS) code of 335999. The Small Business Size Standard for this NAICS code is 500 employees. For more information, refer to http://www.sba.gov/content/table-small-business-size-standards. Large Business Concern Small Business (SB) Concern 8(a) Small Disadvantaged Business (SDB) Woman-Owned Small Business Historically Underutilized Business Zone (HUBZone) Veteran-Owned Small Business Service-Disabled Veteran-Owned Small Business 3. If you identify your company as a Small Business or any of the SB subcategories as stipulated in Question # 2, then is your company interested in a prime contract for this effort? 4. 4. Under the current SB recertification regulations, do you anticipate your company remaining a small business, under primary NAICS 335999? If you are a SB answer questions 4A & B. All others skip to Question #5. A. If your company is awarded the contract, will you be able to perform at least 50% (percent) of the work? B. If you are a small business, can you go without a payment for 90 days? 5. Does your company possess the capabilities to meet the performance requirements stated in the attached MIL-PRF-32383 and MIL-PRF-32383/4? ______ YES _______ NO 6. If you answered YES to Question # 5, please provide specific capabilities and examples for how your company can meet these performance requirements. Also, please indicate if your product is commercially available and the medium which carries your product. 7. If you answered NO to Question # 5, please list what performance requirements your company can provide as well as relevant efforts related to the design and production of lithium ion batteries of similar complexity and/or design. Please provide specific capabilities and examples. 8. Is your company currently providing similar services to another government agency (you may also include contract #s for government) or other non-government customer? If so, please identify the agency or non-government customer, Point of Contact (POC), e-mail address, phone number, and a brief description of your direct support of the effort? 9. Does your company have experience as a prime contractor administering Multiple Award Contracts (MACs)? 10. If you answered "yes" to Question # 9, please provide as much of the following information as possible; A. MAC contract number(s); B. Aggregate dollar value of entire MAC contract; C. Aggregate dollar value of task orders you prime on each MAC; D. Number of task orders you prime on MAC; E. Brief summary of the MAC scope 11. The following information is also requested: A. What is your company's experience in the successful completion of a government First Article Test (FAT) protocol, including the specific battery(ies) and procuring activity? B. What is the quantity of batteries required per month to operate the production line at a minimal economic level and the extent to which facilities are currently in place to produce at this level? C. What is the nominal production capability of the facility for one month with a regular working schedule (i.e. eight (8) hours a day for five (5) days a week) without any break in production and with no changes in the design, components, production processes, equipment, or test procedure?. D. What is the maximum production capability of the facility with a regular working schedule and what changes need to be made in order for the facility to produce at this level? E. What are the timelines for the completing the following tasks (assume Day 1 is day of contract award): a. Completing any required design efforts. b. Initial systems fabrication c. Preparation for conducting the required FAT d. Conducting the actual FAT e. Delivery of first production quantities 12. Please provide details regarding proposed joint ventures, teaming arrangements, strategic alliances, or other business arrangements to satisfy requirements of the attached requirements. Offerors are encouraged to identify teams, indicating each team member's size based upon the NAICS code of the work that the team member may be doing. 13. What are the core competencies of your employees who would support this effort? Also, provide the total number of individuals currently employed by your company that are capable of supporting this effort. 14. Does your company have a SECRET facility or access to one should it be required. 15. Do all the employees that would support this effort have a SECRET Clearance? 16. Does your firm possess an approved Defense Contract Audit Agency (DCAA) accounting system? This is NOT a request for proposal and does not constitute any obligation by the Government to award a contract based on the findings from the survey. In accordance with Federal Acquisition Regulation PART 10.001, the results of this Market Survey will primarily be used to develop the Government's acquisition approach, and will be used determine if sources capable for satisfying the agency's requirements exist and determine commerciality of the CWB. The Government will not reimburse interested sources or respondents to notice, or any follow-on notice, for any costs incurred in association with this announcement or for subsequent exchange of information. Proprietary information submitted in the response to this Market Survey shall be marked accordingly and will be protected when clearly identified as proprietary. Response to this Sources Sought should be received no later than 30 calendar days from the date of this notice. All requests for further information must be in writing and via email; telephonic requests for additional information will not be honored.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/49bd87daaf02c5a908c39b2267815b6f)
 
Record
SN04157957-W 20160624/160622234410-49bd87daaf02c5a908c39b2267815b6f (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.