Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 19, 2023 SAM #8027
SOURCES SOUGHT

99 -- Request For Information Small Tactical Electric Power Hybrid Augmentation Systems

Notice Date
11/17/2023 8:27:52 AM
 
Notice Type
Sources Sought
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
W6QK ACC-APG CONT CT WASH OFC ALEXANDRIA VA 22331-0700 USA
 
ZIP Code
22331-0700
 
Solicitation Number
W909MY24C0001
 
Response Due
11/27/2023 9:00:00 AM
 
Archive Date
12/27/2023
 
Point of Contact
Abla Alodjinou, Jessica L. Wright
 
E-Mail Address
abla.m.alodjinou.civ@army.mil, Jessica.L.Wright106.civ@army.mil
(abla.m.alodjinou.civ@army.mil, Jessica.L.Wright106.civ@army.mil)
 
Description
General Information Document Type Request for Information (RFI) Request for Information Number W909MY-24-C-0001 Posted Date 10/24/2023 Response Date 11/27/2023 Classification Code CUI// Procurement Sensitive NAICS Code 335999 Disclaimer: This RFI does NOT constitute a Request for Proposal and is not to be construed as a commitment, implied or otherwise, by the Government that a procurement action will be issued. Response to this notice is not a request to be added to a bidders list or to receive a copy of a solicitation. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of the submission of the requested information. No reimbursement will be made for any costs associated with providing information in response to this announcement and any follow up information requests. Responses to this RFI may be considered in the future determination of an appropriate acquisition strategy for the program. The Government may not respond to any specific questions or comments submitted in response to this RFI or information provided as a result of this request. Responses shall not include classified or proprietary material or information with classified, �Proprietary�, �Confidential�, or other markings limiting distribution. Any information submitted by respondents as a result of this notice is strictly voluntary. Companies are advised that Product Manager Mobile Electric Power Sources (PdM MEPS) is supported by Government support contractors who will review information submitted in response to this RFI for the purpose of providing technical advice to the Government.� Companies which submit Submission Forms in response to this RFI will be deemed to have waived any objection to the Government's use of support contractors to review their Submission Forms.� The Government support contractors work under a contractual nondisclosure agreement which requires them to safeguard controlled technical information.� The contractor may not use, reproduce, modify or release controlled technical information without consent of the owner. Introduction Army Contracting Command � Aberdeen Proving Grounds, Belvoir is releasing this Request for Information (RFI) on behalf of the Project Manager (PM) Expeditionary Energy and Sustainment Systems (E2S2), specifically Product Manager Mobile Electric Power Sources (PM MEPS). The information provided will be used for market research only and used to assess the capability of vendors. The Government is not obligated to release a future solicitation. Interested respondents shall refer to the details of their response to this RFI as, �Request for Written Responses, Cover Page, Business Questions, and Vendor Survey Questions�. Scope In support of its small tactical power modernization program, PM MEPS is interested in understanding industry�s capability to design and manufacture a hybrid augmentation system (Small Tactical Electric Power (STEP) Hybrid Augmentation System (HAS)) in accordance with (IAW) design criteria below under �STEP HAS Design Criteria 1.1 � 1.11�. Information is requested in the form of brief product descriptions, including the effort required for the design and testing of such systems.� The information gathered from responses to this RFI may be used to assist in purchasing prototype systems from multiple vendors. PM MEPS intends to use the prototype systems for user demonstrations to refine the system requirements prior to development and production of a final system. While the goal is for the HAS to support the STEP 3kW gensets, they are not yet available; therefore, a legacy 3kW Tactical Quiet Generator will be used for demonstrations. PM MEPS envisions the STEP HAS will support the STEP 3kW and 2kW generator sets currently under development.� These gensets will be rated to provide 3 kW and 2 kW of electric power, respectively, and be capable of being remotely controlled. The STEP HAS will augment the gensets with energy storage and solar input capability for fuel savings (hybrid mode), power assurance (UPS mode), silent watch, and potentially overload peak catching (surge mode). It is envisioned that the system consists of: A bi-directional inverter and controller, energy storage units, and a solar panel array.� � REQUEST FOR WRITTEN RESPONSES Interested vendors may submit responses with their .pdf document as an attachment via email to Abla Alodjinou at abla.m.alodjinou.civ@army.mil and Jessica L. Wright at jessica.L.wright106.civ@army.mil no later than 27 November 2023 12:00pm Eastern Time Zone, for consideration. Subject line must read RFI/STEP HAS-[Company Name]. Example: RFI/STEP HAS-ABC Inc. Responses to technical questions are limited to 10 pages, 12-point font, one-inch margins. The cover page and responses to Business questions do not count against your page count. Files should be sent in a Microsoft Word compatible file or a PDF file. Files greater than 10MB cannot be transmitted through the network firewall. All communications shall be submitted in writing to abla.m.alodjinou.civ@army.mil, and Jessica.L.wright106.civ@army.mil only. Contractors shall not contact any Government personnel regarding this RFI other than the individual designated above. Contacting any Government personnel other than the individual designated above may result in an organizational conflict of interest (OCI) and may result in a contractor being excluded from the solicitation, competition, and/or consideration for award.� QUESTIONS TO THIS ANNOUNCEMENT All questions pertaining to this announcement are due within ten (10) calendar days after release. Telephone requests will not be accepted. Questions regarding this RFI shall be submitted via e-mail to abla.m.alodjinou.civ@army.mil, Contract Specialist, andJessica.L.wright106.civ@army.mil, Contracting Officer no later than 3 November 2023. [JW1]�Questions will be non-attribution published through the System for Award Management (SAM.gov). If the Government has additional questions or a need for information following the evaluation of your response, you may be contacted and asked to provide that information. Cover Page of RFI response should include the following: Business Name Business Size Point of Contact Name Business Address Phone Number Email Address Cage Code Registered NAICS Codes The following questions are business questions: 1. Does your company consider the product as described to be a commercial product as defined by the Federal Acquisition Regulations (FAR) 2.101?� If yes, why? 2. Type of Small Business, if applicable (e.g., Woman-Owned, Service Disabled Veteran Owned, 8(a), HubZone) 3. What is your experience in hybrid or electromechanical products? Do you have experience in all components of the system or just a portion? Have you delivered any of these types of systems to the DoD? 4. Please provide any comments, questions or concerns you have as they relate to the design criteria listed below. IAW the �STEP HAS Design Criteria� below, the following vendor survey questions must be answered within this RFI.� Responses received after the suspense date and time are unlikely to be reviewed. Assume any criteria marked �(T)� or unmarked are threshold requirements. Assume any criteria marked �(O)� are objective requirements. Describe your technical approach to meeting the government�s technical requirements to design and manufacture (IAW Scope and STEP HAS Design Criteria for this RFI) a hybrid augmentation system to supplement the STEP gensets.� Do you currently have a product available or technology demonstrator that meets the Design Criteria?� If you have a product available (yes to question 2), please provide current and prior multiple award Indefinite Delivery Indefinite Quantity (IDIQ) contracts (if any) or previously established contracts (provide agency) with no more than three (3) Corporate Experiences performed in the last five (5) years in which the contractor provided or currently provides the requirement similar in size, complexity, scope, and contract value to the scope and Design Criteria described in this RFI. Please ensure each of the Corporate Experience references provided reflect similarity in size, scope, and complexity to the stated requirements under �Scope� and �Design Criteria�. Please identify the following (if any): �Total Contract Value at Award Total Funded or Executed Value Contract Type (e.g. CPAF, FFP, T&M etc.) Client Department or Agency Project Description (please demonstrate how the work performed relates to the requirements identified in this RFI) If you have a product available (yes to question 2), how long from an order being placed would be required to deliver 2 prototypes? What is the (delivered) unit cost (broken down by component is desirable)? If you have a product available (yes to question 2), what is the history or this product? When was it first designed? What changes have been made in that time? If you do not have a product available (no to question 2), do you have a product that meets most of the Design Criteria? If so, what requirements are not met? Please also answer questions 3 and 4 for this product. Please also provide an estimate of the time and funding required to upgrade your current product to meet all of the threshold Design Criteria. If you answered yes to questions 2 or 6, has the product been tested by any DoD organizations? If so, describe, if any, MIL-STD-810, MIL-STD-461, or MIL-STD-705 testing conducted on the product with the test results. Please provide test results and point of contact information for the DOD organization. If you answered yes to questions 2 or 6, has the product been tested by any third-party testing facility? If so, describe testing conducted on the product with the test results, and identify if testing was completed according to any of the following standards: MIL-STD-810, MIL-STD-461, or MIL-STD-705. Please provide test results and point of contact information. If you answered yes to questions 2 or 6, has the product been tested or demonstrated in a tactical environment? (Yes/No) Please describe and provide the results of this testing and point of contact information for any DOD organization or test and evaluation agency that conducted this test or demonstration. If you answered yes to question 6, please provide any comments, questions, or concerns relating to trade-offs you would propose to the Government. If you do not have a product that meets most Design Criteria (no to question 6), how much time and funding would be required to develop this system? STEP HAS�Design Criteria:�See attachment.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6b23ef2ee0304de69cfc67dce5e1f7de/view)
 
Record
SN06889313-F 20231119/231117230054 (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.