Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 13, 2017 FBO #5742
SOURCES SOUGHT

61 -- REQUEST FOR INFORMATION

Notice Date
8/11/2017
 
Notice Type
Sources Sought
 
NAICS
335311 — Power, Distribution, and Specialty Transformer Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Dahlgren Division, 17362 Dahlgren Road, Suite 157, Dahlgren, Virginia, 22448-5100, United States
 
ZIP Code
22448-5100
 
Solicitation Number
N0017817R3302
 
Archive Date
9/28/2017
 
Point of Contact
Juan Mojica, Phone: 540-653-6808
 
E-Mail Address
Juan.Mojica@navy.mil
(Juan.Mojica@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Request for information for a Solid State Modulator System: This is a Request for Information by the Naval Surface Warfare Center, Dahlgren Division (NSWCDD). NSWCDD on behalf of the Gun and Electric Weapon Systems Department (E), Directed Energy and Pulsed Power Division (E10) is seeking information on candidate concepts and enabling technologies for a High Voltage Solid State Modulator and associated High Voltage Power Supply. This Request for Information (RFI) is published in accordance with FAR 15.201(e) and is for PLANNING PURPOSES ONLY. It does not constitute a Request for Proposal (RFP) or a commitment by the U.S. Government, nor should it be construed as such. Respondents are advised that NSWCDD is under no obligation to acknowledge receipt of information received or provide feedback to respondents with respect to any information submitted under this RFI. There shall be no basis for claims against the Government as a result of any information submitted in response to this RFI. The Government does not intend to award a contract on the basis of this RFI or reimburse RFI preparation costs incurred by any offeror when providing the information requested under this notice. Solutions are sought that provide Solid State Modulator System options to drive 4-10 Megawatt (MW) class Magnetrons. Solutions should have rugged modular system architecture, flexible output with remote programmable control of Pulse Width, Pulse Repetition Frequency, and Voltage. The solution should also provide built in safety measures, such as Arc Detection, to prevent system damage, and thermal management solutions for burst mode operations which can be integrated into a closed loop system. The system should be constructed in two sub-assemblies: the Modulator Assembly, housing the high voltage switch(s), energy store and magnetron filament isolation transformer, and the High Voltage Power Supply and Control System. The High Voltage Power Supply (HVPS) and control system must be capable of being operated by 440V/60Hz/3 Phase power. The HVPS must also provide built in voltage and current monitors and a filament heater source. The Solid State Modulator must have built in peak voltage and peak current monitors. The modulator-magnetron interface connections shall be capable of being electrically insulated and housed within an Electromagnetic Interference (EMI) enclosure with the magnetron input. Responses to this RFI should include as much detailed information as possible. Specifications should include but not be limited to; types of Solid State switches used, achievable voltage and current levels, associated sizes and weights of system subcomponents and detailed high voltage power supply and control specifications. Responses must be submitted electronically to the following e-mail address: juan.mojica@navy.mil. All correspondence sent via email shall contain a subject line that reads Solid State Modulator System RFI with the RFI number and the name of your organization. Attachments with files ending in.zip or.exe are not allowable and will not get through e-mail filters. Ensure only Portable Document Format (PDF) and Microsoft Office document formats are attached to your email. All other attachments may be deleted. All communications with industry must be coordinated through the Contract Specialist, via e-mail at juan.mojica@navy.mil, call 540-653-6808. If a solicitation is released at a future date, it will be synopsized on the Federal Business Opportunities (FBO) page located at http://www.fbo.gov. The Government may consider meeting with or requesting additional information from potential sources following the market survey. Any results of any Government analysis will not be provided. Required Submittal Format: • All submitted information should be at the unclassified level • Microsoft PowerPoint presentation • Report with requested cost, schedule and technical details • Label any information that is considered proprietary • Electronic submissions are strongly encouraged in Microsoft or Adobe PDF format • An offeror's response should include, but it should have at a minimum: Company Name and Address • Point of Contact (to include phone/fax/e-mail) • Corporate POC (to include phone/fax/e-mail) • Technical POC (to include phone/fax/e-mail) • Cage Code • NAICS Codes • Business Size and Status • Type of Small Business (if applicable, i.e. 8(a), woman-owned, HUB zone, etc.) • Capability Statement • Specific customers (for previous or similar contracts held) • Other material (relevant to establishing core competencies of the firm) NSWCDD may request further information regarding the capabilities of respondents to meet the requirements as deemed necessary. Eligible partners who may respond to this synopsis include companies, public and private foundations, non-profit organizations (including universities) and state or local government organizations. NSWCDD requests offerors' responses NO LATER THAN 12:00 PM EST 13 Sept 2017; early submissions are fine and encouraged. It is the responsibility of any potential offeror to monitor this site for additional information pertaining to this requirement. The Government will not pay for any information received. Phone call responses will not be accepted. Information received shall be treated as Business Sensitive and will not be shared outside Government activities and agencies without permission of the provider. Any information supplied under this RFI shall be provided free of charge to the Government. All responses should be unclassified. Information and materials submitted in response to this request will NOT be returned. If responses contain proprietary data, it shall be marked appropriately. It is the respondent's responsibility to clearly define to the Government what is considered proprietary data.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00178/N0017817R3302/listing.html)
 
Record
SN04625030-W 20170813/170811232006-d5c533bac029f514dcf94ce382457428 (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  © 1994-2020, Loren Data Corp.