Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 07, 2021 SAM #7038
SOURCES SOUGHT

59 -- Battery Tester

Notice Date
3/5/2021 5:53:26 AM
 
Notice Type
Sources Sought
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
W6QK ACC-APG NATICK NATICK MA 01760-5011 USA
 
ZIP Code
01760-5011
 
Solicitation Number
PM-SOF-0005
 
Response Due
3/15/2021 1:00:00 PM
 
Archive Date
03/30/2021
 
Point of Contact
Frank J Ashe, Phone: 5082063730
 
E-Mail Address
frank.j.ashe2.civ@mail.mil
(frank.j.ashe2.civ@mail.mil)
 
Description
THIS IS A REQUEST FOR INFORMATION (RFI) ONLY for the development of a multi-variant battery tester capable of meeting the basic requirements described below. This is not a Request for Quotation (RFQ), Request for Proposal (RFP) or an Invitation for Bid (IFB). It is a market research tool being used to determine the availability and adequacy of potential sources for planning purposes only. Responses to this notice are not considered as offers. The Government does not intend to pay for the preparation of any information presented or the use of any such information. The Government requests comments to be provided on these requirements to provide the best set of solutions to the operator.� Comments can include tradeoffs in metrics to provide an alternate solution. DESCRIPTION The U.S. Army Combat Capabilities Development Command (CCDC) Soldier Center, Program Manager Special Operations Forces, Natick, MA is seeking information of available multi-variant battery testers, hereby also referred to as �MBaT� in this document that is capable of meeting the following Key Performance Parameters (KPP�s): KEY PERFORMANCE PARAMETERS (KPP�s) If the offeror�s solution cannot meet all KPPs below, they will not be removed from consideration, but will be used to improve the KPP requirements to better reflect current limits of solutions.� Please provide a response to each KPP, whether you meet it or if you have suggested changes.� These suggestions may impact future procurement opportunities. The MBaT shall support AA, AAA, 9V, CR2032, CR123, LS14250 (LI-SOCI2, Lithium variant only) batteries (T) in both alkaline and lithium variants. It is desired that C and D batteries are also supported (O). System may be single-bay or multi-bay testing capabilities (T=O). � Simultaneous testing If multi-bay, the MBaT shall be capable of testing multiple batteries concurrently and independently (T=O). If multi-bay, the MBaT shall be capable of testing different battery variants concurrently and independently (T=O). Simplicity of Use Batteries shall be capable of connect/disconnect in 2 seconds or less (T=O). The MBaT shall be capable of conducting a single battery test in 5 seconds or less by an individual without a technical background (T=O). The MBaT shall display results on remaining battery life within 5 seconds (T=O). Testing The MBaT shall test and report remaining battery life to a 85% accuracy (T) or 95% (O). The MBaT shall display remaining battery life with a 6 segment LCD (T) or a percentage value (O). � KEY SYSTEM ATTRIBUTES (KSA�s) � The MBaT may use an internal battery or use the battery under test. The MBaT may have a switch for users to identify type of battery under test � Lithium vs Alkaline. Accessibility The MBaT shall report results in a manner that is understandable by an individual without a technical background (T=O). The MBat shall be operable by an individual without a technical background (T=O). Extreme Temperatures The MBaT shall operate in ambient temperatures ranging from -40 F to 130 F and show no degradation in performance (T=O). The MBaT shall withstand storage temperatures from -40 F to 160 F without any degradation in performance after placed into operation (T=O). Cost: The MBaT shall have a cost of <$150 in production quantities (O). � RESPONSES SHALL INCLUDE: A technical data sheet for each product; including name, model number, and a picture of the product if available. Information for cost/pricing per unit should be provided. Please include feedback/questions with regards to any technical characteristics within this RFI as well as any requirements or parameters which would be infeasible. While no demonstration models are being requested, each manufacturer may, at their own discretion and expense, include a prototype model along with the requested information, to facilitate the government�s assessment.� In addition to performance criteria, please also include operating instructions. REQUESTED INFORMATION Vendors who believe they have product(s) capable of meeting the above requirements are requested to submit a short (no more than 10 pages total) summary, including description (nomenclature, part numbers), performance information, pictures and website (if available) for each MBAT submission. The ten (10) page summary must include Company name and address, point of contact with phone number, DUNS number, Cage Code, and a statement regarding any small business designation (if applicable), by 4:00 pm EDT, March 3, 2021 to the address noted below. The North American Industry Classification System (NAICS) code is 334515. Please advise if your product is proprietary and or classified. Any classified information will be protected as denoted with submission. Parties having a system meeting these constraints should contact Frank Ashe at the below listed contact via email. Please provide pricing over five years on an annual basis with price breaks. Material Samples: Respondents that believe they can provide materials that meet the Government's performance requirements are invited to submit a completed MBaT no later than 4:00 pm EDT, March 3, 2021. A vendor must submit an MBaT in its entirety with any appropriate cabling. The sample suite may be degraded or destroyed during evaluation and may not be returned to the respondent. In addition, the respondent must provide the following information with the submitted samples. � A material description with standard performance criteria, Any information and samples submitted may not be returned, and no payment will be made by the Government for such samples. Responses to this notice are to be sent to the RFI POC below. � This notice is for market survey only. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed. Information provided will be used to assess tradeoffs and alternatives available for the potential requirement. Respondents will not be notified of the results of this survey or results of testing and evaluation on any samples submitted. � Point of Contact (POC) Frank Ashe Interested parties shall submit responses to this RFI to: � U.S. Army Natick Soldier Center ATTN: RDNS-SEW-PI (F. Ashe) Bldg. 4 Room D017 General Greene Avenue Natick, MA 01760-5019 Phone: (508) 206-3730 Email: frank.j.ashe2.civ@mail.mil � � Additional Information � All information received in response to this RFI that is marked proprietary will be handled accordingly. Responses to the RFI will not be returned. Responses to this RFI are not offers for contract and will not be used by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/aa156f72b6b1487d8dea1f879dbde88c/view)
 
Place of Performance
Address: Natick, MA 01760, USA
Zip Code: 01760
Country: USA
 
Record
SN05935138-F 20210307/210305230111 (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.