SPECIAL NOTICE
66 -- REQUEST FOR INFORMATION (RFI) – DESIGN AND PRODUCTION OF POWER SUPPLY TEST EQUIPMENT WITHIN THE AN/SLQ-32(V)6 SYSTEM
- Notice Date
- 3/7/2017
- Notice Type
- Special Notice
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NSWC Crane Division, 300 Highway 361, Building 3373, Crane, Indiana, 47522-5001, United States
- ZIP Code
- 47522-5001
- Solicitation Number
- N0016417SNB58
- Archive Date
- 4/25/2017
- Point of Contact
- Garry Wieneke, Phone: 812-854-2824
- E-Mail Address
-
garry.wieneke@navy.mil
(garry.wieneke@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- N00164-17-S-NB58 - REQUEST FOR INFORMATION (RFI) - DESIGN AND PRODUCTION OF POWER SUPPLY TEST EQUIPMENT WITHIN THE AN/SLQ-32(V)6 SYSTEM - FSC 6625 - NAICS - 334515 Issue Date 7 March 2017 - Closing Date 10 April 2017 - 17:00PM EST This is a Sources Sought announcement; market survey for information only, to be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. There is no formal solicitation at this time. Per FAR 15.201(e), responses to this notice are not considered offers, shall not be used as a proposal, and cannot be accepted by the Government to form a binding contract. Neither unsolicited proposals nor any other kinds of offers will be considered in response to this notice. No evaluation letters and/or results will be issued to the respondents; however, the Government does reserve the right to contact any respondent and/or respondent reference to obtain additional information. At this time no solicitation exists; therefore, please do not request a copy of the solicitation. This RFI does not constitute an Invitation for Bids (IFB), a Request for Quote (RFQ), or a Request for Proposal (RFP) and it should not be construed as a commitment of any kind by the Government to issue a formal solicitation or ultimately award a contract. The U.S. Government is in no way liable to pay for or reimburse any companies or entities that respond to this announcement. Any costs incurred by interested companies in response to this announcement or incurred for participation in the Market Survey will NOT be reimbursed. All information marked as proprietary information will be safeguarded to prevent disclosures to non-Government personnel and entities. Your interest in this response is appreciated. NSWC CRANE is seeking industry comments as part of market research for the design and production of automated test equipment that is capable of testing numerous power supplies within the AN/SLQ-32(V)6 system. This equipment would enhance capability with in the organic depot and In-Service Engineering Agent (ISEA) at NSWC Crane. Test set equipment should be designed and built specifically to test one power supply module at a time. Specifically, this power supply test set should be able to test power supplies in the following ranges: Input Voltage: 103.5 VAC - 264VAC and 28 - 425VDC +/- 0.75 VDC Input Frequency: 60Hz and 400Hz Output Voltages: -5 VDC to 282 VDC Output Current:.3A to 37.5A Output Power: up to 3000W Max Ripple: 1mVpk-pk to 10Vpk-pk Technical Considerations: - Some power supplies have Ethernet based communication protocols that must be monitored/verified. - The user shall select a specific power supply under test and the automatic test set will appropriately load the power supply under test, take measurements, and record the information in test report file. - The preferred software for the automated test set shall be Mat lab or LabVIEW. - The automated test set shall the ability to perform a "self-test" to verify that the tester is working properly. All test equipment must: 1. Comply with NAVSEA METCAL calibration requirements (per OPNAVINST 3960.16). 2. Any computer(s) within the test set shall run on Windows 10. 3. Be accompanied by a complete Technical Data Package (TDP) (per MIL-STD-31000). 4. Possess 1 year warranty. 5. Be accompanied by personnel for initial setup. 6. Be accompanied by personnel for initial training on test hardware. The Government is seeking companies with the capabilities to develop test equipment that have previous experience in the repair, rework, maintenance, engineering support services, research and development, test and evaluation, redesign and modification, training, data collection, logistics support services, and travel or performance on other Government contracts with similar efforts. Responses should include availability, budgetary cost estimate, a listing of hardware and test equipment contained within the test set (include part numbers, model numbers, manufactures, etc.), and lead time of the solution, as well as, whether a demonstration unit can be provided to expedite the decision making process. All interested parties are encouraged to submit company and product literature, a white paper no longer than 5 pages, and/or other pertinent information, such as a description with performance parameters and a statement of current availability, summary of prior testing, test reports, a budgetary estimate of test articles, production units, production quantity breaks, and /or identify other Government contracts with similar efforts for the Government(s) consideration. Responses to the Market Survey shall include the following: Submitter's Name Street Address, City, State, Zip Code Business Size Point of Contact (POC) POC Telephone Announcement Number: N00164-17-S-NB58 Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. All information marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities. Your interest in the response is appreciated. Market Survey information may be submitted to the Point of Contact any time prior to the expiration of this announcement. The Point of Contact for this effort is Mr. Garry Wieneke, email address is garry.wieneke@navy.mil, telephone 812-854-2824. Questions regarding this announcement shall be submitted in writing via e-mail to the Government POC.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016417SNB58/listing.html)
- Record
- SN04426348-W 20170309/170307235224-f6c06619cc2372ca7df3328dd8d81b99 (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 |