SOURCES SOUGHT
A -- Power Electronics Sub-System with Energy Storage
- Notice Date
- 2/24/2006
- Notice Type
- Sources Sought
- NAICS
- 541710
— Research and Development in the Physical, Engineering, and Life Sciences
- Contracting Office
- US Army C-E LCMC, Acquisition Center - Washington, ATTN: AMSEL-AC-W, 2461 Eisenhower Avenue, Alexandria, VA 22331-0700
- ZIP Code
- 22331-0700
- Solicitation Number
- W909MY-06-R-SSES
- Response Due
- 4/10/2006
- Archive Date
- 6/9/2006
- Small Business Set-Aside
- N/A
- Description
- The US Army Research, Development and Engineering Command (RDECOM), Communication, Electronics Research, Development and Engineering Center (CERDEC), Command and Control Directorate (C2D), Army Power Division, Power Generation Branch, Fort Belvoir, V A is performing a market survey of power electronics that can regulate power in the range of 500W to 3kW continuous rated load in support of the Small Tactical Electric Power (STEP) Program and on behalf of Project Manager-Mobile Electric Power (PM-MEP). Power Electronics (PE), for this inquiry, is defined as an electronic design that 1) regulates, controls and conditions variable high voltage, high frequency input to useable, clean 120/240V, 60Hz output as demanded by the load, 2) enables variable speed o peration of the engine/alternator without altering the voltage and frequency to the load and 3) contains energy storage components to sustain output voltage and frequency during a 0% to 100% step load. The following general requirements for Power Electron ics under the STEP Program are based on previous evaluation efforts conducted by the U.S. Army Power Generation Branch and the initial requirements of STEP generator sets established by PM-MEP. 1) The Power Electronics must be fully contained and integrat ed in a single enclosure. 2) The PE must accept input connection of 3PH, 3 wire, Voltage: 165 to 280 VAC (Phase to Phase), Frequency: 200 to 300Hz. 3) The PE must deliver continuous rated load at 4,000ft and 95 ?F. 4) The PE must maintain output load at 0. 8PF, 120/240V, 60Hz, single phase, 3 wire. 5) The PE must meet the voltage and frequency power quality requirements, to include transient response, stated in MIL-STD-1332B (http://www.pm-mep.army.mil/reference/1332.htm). 6) The PE must start and sustain o peration from -50 ?F to 140 ?F at all levels of humidity with no assist. 7) The PE must be capable of storage at -60?F without any equipment damage. 8) The PE must operate at altitudes up to 10,000ft with an acceptable reduction in load rating of 3% per 1 ,000ft above 4,000ft. 9) The PE must not exceed a weight of 40 lbs including controls, or a volume of 1.1 cubic feet including controls. 10) Inclined operation in any plane up to and including 15? from horizontal. 11) The PE must start and operate within t he generator set after experiencing vibrations from standard transportation methods as stated in MIL-STD-705C (http://www.pm-mep.army.mil/reference/705c.htm) 12) Variable Engine Speed Control from 1600RPM to 3750RPM via an electronic governor. 13) Energy S torage for Transient Response (sustain output voltage and frequency during a 0% to 100% step load). 14) Generator Set Controller to enable/disable variable speed control. The CERDEC Power Generation Branch is interested in utilizing the power electronics in a system configuration. In addition to the above requirements please include a brief discussion on the following items: 1) Audible Signature. 2) Start/Stop Time - Start-time is defined as the period from initial system checks performed by the operator to the time when the unit can deliver rated power. Stop-time is defined as the ceasing of electrical output, as well as any mechanical operation with the exception of cooling fans operating on battery power. 3) Projected Design Life. 4) EMI Compliance MI L-STD-461E (http://assist.daps.dla.mil/quicksearch/basic_profile.cfm?ident_number=35789). The CERDEC Power Generation Branch is interested in obtaining white papers, not exceeding 10 pages in length, describing the contractors experience in design, devel opment, fabrication and testing of their power systems, detailed specifications of their power systems, organizational capabilities, and a Rough Order of Magnitude (ROM) unit cost for potential future government procurements. 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 Gov ernment. 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 unrestricted information as an addendum. All responses to this market rese arch shall be submitted within 45 calendar days of the date of this announcement. Responses must be submitted via electronic mail to Ms. Michelle N. Gaffney, Project Engineer at michelle.gaffney@armypower.army.mil. All questions of a technical nature shoul d be directed to Ms. Gaffney the above email address. All questions of a contractual nature shall be directed to Ms. Patricia Davis, Contracting Officer at pat.davis@cacw.army.mil. No telephonic inquiries or requests will be honored. Please reference sol icitation number W909MY-06-R-SSES in all request for information and in the white paper submission.
- Place of Performance
- Address: US Army C-E LCMC, Acquisition Center - Washington ATTN: AMSEL-AC-W, 2461 Eisenhower Avenue Alexandria VA
- Zip Code: 22331-0700
- Country: US
- Record
- SN00994367-W 20060226/060224212454 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |