Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 25, 2003 FBO #0419
SOURCES SOUGHT

61 -- Market Survey - Sources sought for a state of charge indicator for various lithium batteries.

Notice Date
1/23/2003
 
Notice Type
Sources Sought
 
Contracting Office
US Army Communications-Electronics Command, CECOM Acquisition Center, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
 
ZIP Code
07703-5008
 
Solicitation Number
DAAB07- - -
 
Archive Date
4/14/2003
 
Point of Contact
Shante McGee, 732-532-1103
 
E-Mail Address
Email your questions to US Army Communications-Electronics Command, CECOM Acquisition Center
(shante.mcgee@mail1.monmouth.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA BATTERIES ? USACECOM anticipates soliciting proposals during the 2QFY03 for an initiative to develop a state of charge indicator for various lithium batteries being introduced into the DoD inventory. State of charge is defined as the amount of capacity re maining in a battery. The design/prototype portion of the program is valued at $100K. Cost sharing of the program will be mandatory. Depending on the success of this effort, awarding of a production contract(s) may result. Up to two awards for a six mo nth period are projected for the design/prototype effort. The goal of this effort is to demonstrate a cost effective state of charge technology for lithium sulfur dioxide and lithium manganese dioxide batteries. It is not required that any proposed technology be applicable to both the lithium sulfur dioxide and lithium manganese dioxide battery technologies. Potential offerors can propose against either or both technologies. Any solutions for the lithium sulfur dioxide battery technology shall be designed for use with the BA-5112 battery, and shall display the remaining capacity in no greater than 10% increments. Solutions proposed for the lithium manganese dioxide battery technology shall be designed for use with the BA-5390 battery and shall display the remaining capacity in no greater than 20% increments. Th e accuracy of the display should be no greater than +/- 3%. The proposed technologies may be internal to the battery, an external device, or a combination of both. The deliverables at the end of the program shall be 25 working samples of the device. Also the government will require any applicable data rights (dra wings, software protocols, licensing agreements) required for the government to make future procurements of the technology. The following parameters apply to any proposed solution: 1. The device must be easy to use and interpret. 2. There must be a high degree of accuracy between 20% and 80% of the original battery capacity. 3. The proposed solution must be transferable to battery configurations of the same battery technology other than the one used for the development of the prototypes. 4. The device must be upgradeable to compensate for improvements in the battery chemistry technology. If the proposed solution is internal to the battery, the following parameters apply: 1. The device must be able to withstand all government required (i.e. First Article) testing to which the battery is subjected per MIL-PRF-49471B. 2. It shall have no detrimental impact on the shelf life of the battery 3. Shall not bypass any of the internal safety features of the battery. 3. The targeted cost for this device is not to exceed $10. If the proposed solution is for a technology that is external to the battery, the following parameters apply: 1. The device must withstand the rigors of a tactical environment. The environmental tests (humidity, shock, drop vibration, etc.) specified in MIL-PRF-49471B are the types of tests that will be required. 2. The device shall be small enough to be considered hand held 3. The device shall not require any external (A/C) power source 4. If the device requires a battery for power, it shall use a commercially available battery, or draw power from the battery being tested. 4. The manufacturer of the battery shall be invisible to the device 5. The targeted cost of this device is not to exceed $100. Potential offeror?s are requested to submit a statement of their interest along with a brief (up to four pages) description of their proposed approach experience in the design and production of such devices within 21 days of the publication of this announc ement. Comments related to this announcement, or organizations who wish to express their interest in this projected procurement should respond USACECOM, ATTN: AMSEL-LC-P-PST (Gietter), Fort Monmouth, NJ 07703 or via E-Mail to marc.gietter@mail1.monmouth.a rmy.mil. Technical questions related to this market survey may be directed to Marc Gietter at (732) 532-6764, FAX (732) 532-8465 or via E-Mail.
 
Place of Performance
Address: US Army Communications-Electronics Command, CECOM Acquisition Center ATTN: AMSEL-AC-CA-RT-G, Building 1208 Fort Monmouth NJ
Zip Code: 07703-5008
Country: US
 
Record
SN00245505-W 20030125/030123213528 (fbodaily.com)
 
Source
FedBizOpps.gov 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.