Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 27, 2017 FBO #5664
SOURCES SOUGHT

59 -- REQUEST FOR INFORMATION (RFI)

Notice Date
5/25/2017
 
Notice Type
Sources Sought
 
NAICS
335311 — Power, Distribution, and Specialty Transformer Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Philadelphia Division, 5001 S. Broad Street, Philadelphia, Pennsylvania, 19112-1403, United States
 
ZIP Code
19112-1403
 
Solicitation Number
RFI_ERD_001
 
Point of Contact
Edward D'Imperio,
 
E-Mail Address
edward.dimperio@navy.mil
(edward.dimperio@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS REQUEST FOR INFORMATION (RFI) NOTICE is being issued by the Department of the Navy, Naval Surface Warfare Center, Philadelphia Division (NSWCPD) in anticipation of a potential future procurement. NSWCPD is anticipating the requirement to manufacture and deliver a 6kVDCand/or 12kVDC adjustable resistive load bank. The complete system shall meet the following performance characteristics: Load Bank Requirements: 1. Voltage a. The nominal operating voltage is 6kVDC ±10%. b. The overcurrent devices, wiring and distribution equipment shall be nominally rated no less than 6kVDC. 2. Power Rating a. Rated for continuous operation of at least 1MW at 6kVDC b. Resistive load adjustment steps no larger than 250kW at 6kVDC. c. Overcurrent protection devices, wiring and distribution equipment shall be sized to support full load continuous operation of their branch circuits in compliance with NEC 2014. 3. Interruption Requirements a. The load bank design shall incorporate short circuit/overcurrent protection for: i. Each resistive load step ii. Auxiliary system components (e.g., blower fans, controller) 4. Operator Controls a. Vendor shall specify industry standard for controlling load segments. 5. Operating Conditions a. Vendor must provide upper and lower limits of environmental operating conditions (temperature and relative humidity) for the enclosure and internal components. 6. Voltage Isolation a. Vendor must provide creepage offset standards used. 7. Vendor shall provide a drawing including load bank dimensions, estimated weight, and cable penetration locations for COTS equipment. For custom solutions, vendor can provide notional estimates of physical parameters. 8. Vendor shall specify recommended cable termination specifications Load Bank Options: 1. Voltage a. The load bank should be capable of being reconfigured for operation at either 6kVDC or 12kVDC. 2. Power Rating a. Resistive load adjustment steps no larger than 50kW at 6kVDC. b. ROM cost figures can be provided for both a 2MW and 4MW iteration of the same load bank. 3. Operator Controls a. Remote control and monitoring of load bank operations including one or more of the following: i. Turn control power ON/OFF ii. Display pertinent electrical data (voltage, current & power factor) iii. Communicate via industry standard control network protocol iv. Capability for realtime data acquisition and storage. v. Over-temperature and air-flow indicators NSWCPD is requesting information in order to make an informed determination regarding procurement strategy. Responders should indicate whether they can provide a system meeting these desired characteristics, and the details as to how they would satisfy these requirements. If not, responders are encouraged to indicate what characteristics cannot be met and what the capabilities are regarding these characteristics. SUBMISSION OF RESPONSES: Responses shall include specific details regarding the ability to provide the required Load Bank system to meet the needs of the Government. Responses shall discuss how your product will meet the requirements found above. Miscellaneous Information 1) If any proprietary information is integral to the unit, what procedure does the company employ for disclosing this information? 2) Is there any additional information not specifically requested in this RFI that is apropos to your system? 3) Does a purchased unit have a factory warranty? What are the terms of the warranty? Responses are not to exceed 25 pages. Responses shall be in electronic format. A cover page for the response shall be included. The cover page shall include the company name, address, CAGE Code, Business Size Status for the North American Industry Classification System (NAICS) code of this RFI and points of contract (names, email, and telephone numbers) at a minimum. The cover page is not considered in the total page count. NSWCPD will accept only electronic unclassified submission of responses. Responses shall be sent to Michael Giuliano at michael.giuliano@navy.mil, with the subject line "RFI_ERD_001". All responses shall be unclassified and submitted by no later than 4:00 PM EST on 16 June 2017. This RFI is for market research purposes only and does NOT constitute a Request for Proposal (RFP). This notice shall not be construed as a contract, a promise to contract, or as a commitment of any kind by the Government. The Government is NOT seeking or accepting unsolicited proposals. This RFI Notice is issued solely for conducting market research in accordance with FAR Part 10 and gathering information for planning purposes. G overnment WILL NOT PAY for any information received in response to this RFI, and the Government will not compensate the respondent for any cost incurred in developing the response to this RFI. The Government will not release any information marked with a proprietary legend received in response to this RFI to any firms, agencies or individuals outside the Government without written permission in accordance with the legend. Please be advised that all submissions become Government property and will not be returned.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2efa68442aeea65e4d1528e26be3f929)
 
Place of Performance
Address: Naval Surface Warfare Center Philadelphia, 5001 S Broad Street, Philadelphia, Pennsylvania, 19112, United States
Zip Code: 19112
 
Record
SN04523179-W 20170527/170526001717-2efa68442aeea65e4d1528e26be3f929 (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.