Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 05, 2019 SAM #6580
SOURCES SOUGHT

61 -- Solid State Frequency Converter Rectifier Market Survey

Notice Date
12/3/2019 7:06:45 AM
 
Notice Type
Sources Sought
 
NAICS
335314 — Relay and Industrial Control Manufacturing
 
Contracting Office
NSWC PHILADELPHIA DIV PHILADELPHIA PA 19112 USA
 
ZIP Code
19112
 
Solicitation Number
N64498-20-RFI-20-BRM000
 
Response Due
12/20/2019 1:00:00 PM
 
Archive Date
01/04/2020
 
Point of Contact
Brandon Mormello, Phone: 215.897.2065
 
E-Mail Address
brandon.mormello@navy.mil
(brandon.mormello@navy.mil)
 
Description
The Naval Surface Warfare Center - Philadelphia Division (NSWCPD) is conducting a market survey through this Sources Sought to identify potential suppliers and sources interested in the supply and/or manufacture of a Solid State Frequency Converter Rectifier (SSFC/R) with a combined 400 Hertz (Hz) and 270 Volts Direct Current (VDC) output for potential use on U.S. Naval Vessels. The resulting survey in no way binds the Government to offer contracts to responding companies, and is solely for market research and current/future system use considerations. The information provided will assist NSWCPD in understanding available/non-development/developmental SSFC/R system technologies including existing validations/manufacturing/testing practices. Defense and commercial suppliers/contractors, including small businesses, veteran-owned businesses, service-disabled veteran-owned businesses, HUBZone small businesses, and woman-owned small businesses are encouraged to participate. However, respondents must be able to demonstrate that they currently produce the above mentioned technologies adherent to the specification ranges detailed for use on U.S. Naval Vessels.Responses Responses to this market survey should not exceed 25 pages. Please include supporting materials that discuss your company’s competence, experience, and overall understanding of the requirements that NAVSEA has identified. Supplier/contractor should identify conformance to widely accepted commercial/industrial specifications, as well as validation and test practices.The following information is requested (please indicate if the information is an estimate or actual): Describe your SSFC/R unit, including where it is currently in service, whether in defense industry, commercial or otherwise. What are your system’s input power requirements? Is your system currently capable of interfacing (input side) with MIL-STD-1399-300B Type I power (See Table I)? If not, discuss potential modifications to enable your system to interface with Type I shipboard electric power. Identify any auxiliary systems required by your product, as well as effects of airflow or other cooling needs on system performance and size/weight. How much ambient noise does your equipment create during normal operation, and under worst case? What is the estimated weight, volume and envelope dimensions for the SSFC/R unit and associated components. Describe your system’s output capabilities. Can the units output be controlled locally and/or remotely, including from the output connector? Can both outputs (400Hz and 270VDC) be provided through the same 95 foot aircraft cable and still meet Mil-Std-704F requirements? Does your system have a self-test feature or any other built in maintenance features? Does your system have local and remote control/data logging capabilities? Are fault error codes displayed and logged? What cybersecurity related capabilities and vulnerabilities exist? Do your products contain software, and if so, how often are software/firmware updates completed, and how are these done (can they be accomplished by the customer)? To what degree has your system been shock and vibration tested? Would your product currently meet the standards of MIL-S-901D and MIL-STD-167-1A? Would you be willing to modify your unit if any deficiencies were identified during First Article shock and vibration testing to the attached standards? What commercial, military or government standards are your systems’ designed, built and/or tested to? Does your system utilize fiber optics? If so, are there any specific fiber optic standards your system is designed, built and/or tested to? What types of quality assurance tests are performed and how are they conducted? What is the availability of the SSFC/R unit and a list of clients where permitted. What are your lead times for manufacturing, and how many units could you manufacture, test and ship within 30 days with your existing manufacturing capabilities? What if any data rights are expected to be asserted, including both hardware and software? Are you willing to provide price and delivery for units being purchased over a 5-year period? How long do you support the end product for in terms of service and/or parts? What if any notification do you provide customers related to end-of-life of the product and/or component parts, to support a last time procurement? Do you have existing products that would be able to fully meet the requirements in the attached specification? If not, what changes do you foresee need to be made in order for your unit to be fully compliant? Would your company be willing and able to make such changes? Do you have any comments, questions or concerns with respect to the attached specification? Do you have any current or prior contracts with the U.S. Government? If so, please provide a list identify the Agency you contracted with, the Agency point of contact and brief description of the material or service provided. Do you have an approved accounting system and able to participate in Cost based contracts with the government.NSWCPD requests your responses by 12/20/2019. Information should be e-mailed to brandon.mormello@navy.mil with the subject “Solid State Frequency Converter Rectifier“. Questions must be submitted electronically to brandon.mormello@navy.mil. Phone inquiries will NOT be accepted. Information provided will be treated as Business Sensitive, and will not be shared outside of Government activities and agencies without the permission of the provider. All information shall be provided free of charge to the Government. NSWCPD may request further information regarding the capabilities of respondents to meet the requirements and may request a presentation and/or a site visit as deemed necessary.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/4f5028a507a3448590cbdc2d352c4cc3/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05508059-F 20191205/191204050245 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.