SOLICITATION NOTICE
A -- RECOVERY--A--This effort is for the development of a 300 watt Squad Level Fuel Cell System to serve as a portable battery charger capable of charging up to six batteries simultaneously.
- Notice Date
- 8/12/2009
- Notice Type
- Presolicitation
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- Department of the Army, U. S. Army Materiel Command, US Army C-E LCMC Acquisition Center - DAAB07, US Army C-E LCMC Acquisition Center - DAAB07, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
- ZIP Code
- 07703-5008
- Solicitation Number
- W15P7T09RS641
- Response Due
- 9/11/2009
- Archive Date
- 11/10/2009
- Point of Contact
- Gloria Prettiman, 410.436.1749<br />
- E-Mail Address
-
US Army C-E LCMC Acquisition Center - DAAB07
(gloria.prettiman@conus.army.mil)
- Small Business Set-Aside
- N/A
- Description
- RECOVERY-- The American Recovery and Reinvestment Act is an unprecedented effort to jumpstart our economy save and create millions of jobs, and put a down payment on addressing long-neglected challenges so or country can thrive in the 21st century. The fundamental research solutions sought through his announcement are intended to revive the renewable energy industry and provide the capital over the next three years to eventually double domestic renewable energy capacity. Offerors should be mindful of this objective in their responses to this announcement. This document is a Broad Agency Announcement (BAA) sponsored by the U. S. Army Research Development Engineering Command (RDECOM) Communication and Electronics Research, Development and Engineering Center (CERDEC) and is being funded via the American Recovery and Reinvestment Act and will adhere to all requirements under this Act. The BAA is valid for a period of 30 calendar days after release, unless otherwise amended. This BAA is issued under provisions of paragraph 6.102(d)(2) and paragraph 35.016 of the Federal Acquisition Regulation (FAR) which provides for competitive selection of research and development proposals submitted in response to this announcement. Accordingly, proposals selected for award are considered to be the result of full and open competition and fully compliant with PL 98-369, The Competition in Contracting Act of 1984. Funding for this program is subject to availability. The efforts contained in this BAA will be executed by the US Army Research Development Engineering Command (RDECOM) Communication and Electronics Research, Development and Engineering Center (CERDEC), Army Power Division. The Government will award Cost Plus Fixed Fee contract(s) for efforts under this BAA. Prospective offerors are reminded that only a duly warranted Contracting Officer may obligate the Government. Any resultant contract award would include all clauses required by Federal Acquisition Regulations and appropriate supplements. This effort is for the development of a 300 watt Squad Level Fuel Cell System to serve as a portable battery charger capable of charging up to six batteries simultaneously. These six batteries can be any combination of the LI-145 lithium ion battery (presently used as the power source for the LandWarrior and in the future for the Ground Soldier Ensemble), the BB-2590 lithium ion battery or the BB-521 (MBITR) lithium ion battery. The Squad Level Fuel Cell System will also provide a 28 volt output to provide power to the PP-8498/U standard Army charger via a MIL-DTL-55181/1 cable. The major technical thrusts of this effort are to: "Develop a fuel cell based battery charger/power source that meets or exceeds the requirements in the attached Performance Work Statement (Appendix 1) "Minimize the weight and volume of the fuel cell system while increasing the energy output "Improve the reliability, quality and producibility of the proposed design with the goals of increasing the durability and service life of the product while reducing the unit cost "Successful completion this effort with a design that meets the requirements of the Performance Work Statement and associated documents in time to meet the Initial Operational Test and Evaluation (IOT&E) fielding of the Ground Soldier Ensemble no later than 30 June 2011. Companies that are awarded contracts will be expected to provide three functional concept demonstration prototypes of the Squad Level Fuel Cell System 150 calendar days after award. This should be as close as possible to the design that is expected to be provided for the field evaluations. Proposals are due 11 September 2009 by 1630 hrs. Detailed instructions related to proposal submission are contained in the BAA. In order for any proposal to be considered, the document MUST contain information that meets ALL of the requirements as set forth in the BAA. The selection of one or more proposals for award will be based on a best value determination resulting from a peer and scientific evaluation of each offerors response (to include both technical and cost aspects) to determine the overall merit of the proposal in response to this announcement. Proposals shall be submitted in electronic format via the Army Single Face to Industry Interactive Business Opportunities Page (IBOP). The URL for the IBOP is https://abop.monmouth.army.mil. The IBOP submittal shall include an electronic signature by an individual having authority to enter into a contract. In order to be able to access the BAA and submit a proposal a contractor must first be registered on the IBOP. A CAGE Code and DUNS number are required to complete registration for proposal submissions. A contractor employee who is authorized to bind the contractor must complete the registration. The process could take several days to finalize the registration and contractors are encouraged to register as soon as possible. The technical point of contact is at e-mail: marc.d.gietter@us.army.mil. Questions regarding this acquisition shall be submitted to the Contracting Officer (Jerry Winters) at: jerry.winters@us.army.mil or the designated Contract Specialist (Gloria Prettiman) at gloria.prettiman@conus.army mil. All responses to questions relating to the BAA will be posted electronically on the IBOP and available to all vendors. Responses to questions relating to a specific vendors approach will be answered via email to that vendor. No discussion is to be held with offerors by the technical staff after proposal submission without the permission of the Contracting Officer.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMC/DAAB07/W15P7T09RS641/listing.html)
- Place of Performance
- Address: US Army C-E LCMC Acquisition Center - DAAB07 ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ<br />
- Zip Code: 07703-5008<br />
- Zip Code: 07703-5008<br />
- Record
- SN01908600-W 20090814/090813000140-b31a4ff22b781b90a9716263396409e5 (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 |