SOURCES SOUGHT
A -- 2kW Military Tactical Generator Product Improvement Program
- Notice Date
- 2/5/2004
- 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
- W909MY-04-Q-0004
- Response Due
- 3/5/2004
- Archive Date
- 5/4/2004
- 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
- The US Army Communications-Electronics Command RD&E Center (CERDEC), Integrated Battle Command Directorate, Army Power Division, Power Generation Branch, Fort Belvoir, VA is currently seeking information for use in developing a statement of work for a competitive Request for Proposal for R&D approaches to provide product improvements to the Army's currently fielded lightweight man-portable 2 kW military tactical generator (MTG) while also concurrently accelerating the research and development on the M TG successor. The current 2 kW MTG is an open frame power unit that is equipped with a Yanmar model L48, one-cylinder, air-cooled diesel engine to provide 2 kW of power at either 120 volts, 60 Hertz AC (model MEP-531A) or 28 volts DC (model MEP-501A), usi ng different generator and control elements. Additional information and photos of the sets are available at http://www.pm-mep.army.mil/technicaldata/2kw.htm or at http://www.pmmep.org/technicaldata/2kw.htm. Past or existing efforts are addressing most or all of the ancillary elements of the present 2 kW MTG as regards performance, weight and noise reduction, thus additional product improvements for the existing 2 kW MTG are anticipated to be principally in th e mechanical and/or electromechanical converter arena. All conceptual research, development and demonstration tasks described should be aimed at addressing or contributing to improvements in some or all of the areas of most concern expressed in the Tactic al Electric Power (TEP) Operational Requirements Document (ORD) for future power systems. These include: Utility Class Power Quality, AC and DC, as defined in MIL-STD-1332B; Reduced Fuel Consumption; Reduced Weight; Improved Reliability for AC and DC se ts; Reduced Acoustic Signature; and Lower Maintenance Ratio. Present values for these characteristics include: Operating Fuels: DF-1, DF-2, JP-8; Maximum Fuel Consumption: 0.33 gph at rated load; Wet Weight: 138# for the 24 VDC set and 158# for the 120 volt, 60 Hz AC set; MTBEFF: 818/490 hrs, AC/DC sets; Noise: 79 dB(A) @ 7 meters; Maintenance Ratio: 0.041. In all cases, simplicity, durability and ruggedness are desired characteristics of any modifications directed at product improvements. Technologies with well defined approaches which are peripherally applicabl e to improving the current 2 kW MTG and/or to accelerating the research on the MTG successor will be considered. Other generator system performance or operational characteristics and requirements which might be improved upon, but which can not acceptably be compromised, include: Meet EMI requirements per MIL-STD-461; Operational Environment: -40 degrees Fahrenheit t o +120 degrees Fahrenheit, rain, humidity, altitude, sand/dust; rail transport; -65 degrees Fahrenheit cold storage; salt spray and fungus; Electric Power Rating: 2 kW, 1.0 pf @ 4000 ft and 120 degrees Fahrenheit, derate by 3.5%/1000 ft, max power rating a t 110% of nominal rating; and all Electric Power Quality requirements per MIL-STD-1332B. Concepts which offer the prospect of direct retrofits to improve the current fleet are desired. Investigations which will result in clear and significant benefits to the next generation MTG set in the areas of desired improvement listed above are also sou ght. Investigations which, in the sole judgment of the government evaluators, offer only minor improvements or are considered unlikely to be affordably realizable will not be considered for further discussion or development. There is no funding nor are there any plans to apply the results of this R&D effort to the current production of the 2 kW MTG. The DOD has no established plan to procure the 2 kW MTG beyond the existing production contract. CERDEC is interested in obtaining brief white papers, not exceeding 10 pages, describing advanced R&D (6.5) technical approaches to provide product improvements to the currently fielded Army lightweight, man-portable, 2 kW military tactical generator set (MTG). White papers should address the ability of the proposed approach(es) to satisfy the operational and performance requirements outlined within this RFI and highlight the product improvements to be obtained upon successful impl ementation. The white paper shall also describe the direct experience of the proposer with power generation systems in the classification of the DoD 2kW MTG, to include testing experience to DoD standards for tactical power requirements. White papers sho uld describe the organizational capabilities of the proposer and should provide a Rough Order of Magnitude (ROM) cost to execute an R&D program along the lines of the approach (es) described. The principal focus of the white paper shall be to identify and describe relevant technical approach (es) to pursue R&D objectives that will provide product improvements to the currently fielded 2kW MTG and/or accelerate advances applicable to the next generation 2 kW Military Tactical Generator set. Because the appropriate technology and approach for a successor system has not yet been defined or determined, CERDEC is also interested in obtaining a second set of white papers, not exceeding 10 pages, describing advanced R&D (6.5) technical approaches t o developing the potential successor power system to the currently fielded 2kW MTG if considered to be different from the specific existing system above. Alternative technological approaches, to include other electromechanical/electromagnetic converters, fuel cells, and other direct energy conversion means may be considered. White papers should address the ability of any proposed technological approach to satisfy the operational and performance requirements outlined within this RFI. The white paper shall also describe the direct experience of the proposer with power generation systems in the classification of the DoD 2 kW MTG, to include testing experience to DoD standard tactical power requirements. White papers should describe the organizational capabi lities of the proposer and should provide a Rough Order of Magnitude (ROM) cost to execute an R&D program along the lines of the approach (es) described. Funds have been authorized and appropriated for the R&D product improvement effort, however CERDEC 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 the RFI is for information purposes only and does not mandate or impose requirements. It is highly desirable that data be received with unlimited rights to the Government. However, we recognize that proprietary data may be included with the information provided. I f so, clearly mark such proprietary information and clearly separate it from the unrestricted information as an addendum. All responses to this request for information shall be submitted within 30 calendar days of the date of this announcement. Responses must be submitted via electronic mail to Ms. Susan Whelan, Contract Specialist at susan.whelan@cacw.army.mil. The email subject line should include the phrase: Vendor Name_W909MY-04-Q-0004_2kW Market Research Response. Questions pertaining to this an nouncement may also be submitted via email to Ms. Whelan. 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
- SN00516945-W 20040207/040205212527 (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 |