SOURCES SOUGHT
A -- Market Research - 2 kW Military Tactical Generator (MTG) sets (models MEP-501A and MEP-531A) - System Weight and Noise Reductions
- Notice Date
- 2/4/2003
- Notice Type
- Sources Sought
- Contracting Office
- US Army Communications-Electronics Command, CECOM Acquisition Center Washington, ATTN: AMSEL-AC-W, 2461 Eisenhower Avenue, Alexandria, VA 22331-0700
- ZIP Code
- 22331-0700
- Solicitation Number
- DAAB15-R-03-2MTG
- Archive Date
- 4/26/2003
- Point of Contact
- Patricia Davis, 703-325-1713
- E-Mail Address
-
Email your questions to US Army Communications-Electronics Command, CECOM Acquisition Center Washington
(pat.davis@cacw.army.mil)
- Small Business Set-Aside
- N/A
- Description
- NA US Army Communications-Electronics Command, CECOM Acquisition Center Washington, ATTN: AMSEL-AC-W, 2461 Eisenhower Avenue, Alexandria, VA 22331-0700 is performing market research on behalf of the US Army Communications-Electronics Command (CECOM), RD&E Cen ter, Command and Control Directorate, Army Power Division, Power Generation Branch, Fort Belvoir, VA. The CECOM Power Generation Branch is searching for sources for Research and Development (R&D) approaches to reduce the system weight and the external n oise output on Department of Defense (DoD) 2 kW Military Tactical Generator (MTG) sets (models MEP-501A and MEP-531A). The 2 kW MTG is an open frame power unit that is equipped with a Yanmar model L48AE-DEG, one-cylinder, air-cooled diesel engine to provi de 2 kW of power at either 120 volts, 60 Hertz AC or 28 volts DC, using different generator and control elements. The wet weight of the 2 kW MTG is 158 pounds for the AC unit and 138 pounds for the DC unit. Both generator units emit a noise signature of 79 dBA @ 7 meters. Additional information and photos of the sets are available at http://www.pmmep.org/technicaldata/2kw.htm. CECOM is interested in pursuing R&D approaches that will reduce the system weight of both the AC and DC generator sets by 20% to 25%. CECOM is also interested in pursuing R&D approaches that will reduce the aural signature of both existing units to 70 dBA @ 7 meters. Each technical objective will be reviewed independently to identify the potential for noise and weight reductions. In addition, a third effort will be conducted on both technical objectives to identify the potential for concurrent weight and noise reductions. R&D changes applied to the 2 kW MTG to meet these new performance requirements must not impact the system?s ability to comply with current military requirements for EMI per MIL-STD? 461; Environmental Capabilities such as operation from ?25 ?F to 120 ?F, rain, humidity, altitude, sand/dust, rail transport, -65 ?F cold storage, salt spray and fungus; Electric Pow er Rating: 2 kW, 1.0 pf @ 4000 ft/120 ?F, derate 3.5%/1000 ft (4000 - 8000 ft), max power rating at 110%; and all Electric Power Quality requirements. Investigations will be conducted for the purpose of developing a field kit that can be procured and inst alled at the Unit Level. Therefore, installation costs will be a factor in this R&D design approach. There is no funding or plans to apply the results of this R&D effort to the current production of the 2 KW MTG. The DOD has no future plans to produce the 2 KW MTG beyond the existing production contract. CECOM is interested in obtaining white papers, not exceeding 10 pages in length, describing the contractor?s experience with design, development, fabrication and testing of the DoD 2 kW MTG, organizat ional capabilities, and technical approaches to pursue R&D objectives to reduce system noise and weight on the 2 kW MTG, and a Rough Order of Magnitude (ROM) cost to execute this R&D program. Funds have been authorized and appropriated for the R&D effort , however CECOM does not intend to award a contract on the basis of this RFI or otherwise pay for information solicited herein. The data received in response to this RFI is for information purposes only and does not mandate or impose requirements. It is desirable that data be received with unlimited rights to the Government. However, we recognize that proprietary data may be included with the information provided. If so, clearly mark such proprietary information and clearly separate it from the unrestri cted information as an addendum. All responses to this market research shall be submitted within 21 calendar days of the date of this announcement. Responses must be submitted via electronic mail to Ms. Patricia Davis, Contracting Officer at pat.davis@c acw.army.mil. Questions pertaining to this announcement may also be submitted via email to Ms. Davis. No telephonic questions or requests will be honored.
- Place of Performance
- Address: US Army Communications-Electronics Command, CECOM Acquisition Center Washington ATTN: AMSEL-AC-W, 2461 Eisenhower Avenue Alexandria VA
- Zip Code: 22331-0700
- Country: US
- Zip Code: 22331-0700
- Record
- SN00252904-W 20030206/030204213525 (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 |