Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 26, 2010 FBO #3289
SOURCES SOUGHT

A -- Safety Performance of Rechargeable Energy Storage Systems

Notice Date
11/24/2010
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Transportation, National Highway Traffic Safety Administration (NHTSA), National Highway Traffic Safety Administration HQ, 1200 New Jersey Avenue, SE, Washington, District of Columbia, 20590
 
ZIP Code
20590
 
Solicitation Number
2011-0006
 
Archive Date
12/24/2010
 
Point of Contact
Lloyd S. Blackwell, Phone: 202-366-9564
 
E-Mail Address
lloyd.blackwell@nhtsa.dot.gov
(lloyd.blackwell@nhtsa.dot.gov)
 
Small Business Set-Aside
N/A
 
Description
The scope of this program is to develop safety test methods and performance base safety-metrics to Li-ion based Rechargeable Energy Storage Systems (RESS). The program will include identifying and documenting appropriate test conditions, boundary limitations, and performance criteria that can be applied to vehicle level testing when possible, component level when necessary, or both. The RESS configurations in this program will be inclusive of and limited to presently identified Li-ion based RESS and foreseeable advanced electrical energy storage devices or battery technologies, to be utilized in a Plug-in Hybrid Electric Vehicle (PHEV) or Battery Electric Vehicle (BEV) application on a passenger car, light truck, or multipurpose vehicle; while not unnecessarily limiting them to an individual or unique chemistry composition, cell format or construction, or cell arrangement. Utilizing test method design and RESS development experience, the Contractor should develop and demonstrate meaningful, comparable, and quantitative evaluations that will link test procedures to failure modes associated with component failure, control system failure and/or potential abuse conditions. The level of effort is envisioned as eighteen months to two years. At a minimum, the Contractor must agree to fund at least 20% of the total amount of the contract. Contractor must have and be able to demonstrate the capability of developing test methods and complex test procedures similar as described in SAE J2464 in the area of large capacity (5kW-hr - 60 kW-hr, 300V+) Lithium-ion battery packs when subjecting them to fault mechanisms of mechanical, electrical, and thermal in origin. •2) Contractor must have and be able to demonstrate facilities, experience and capability of accurate direct and indirect measurement of thermal reactions and rapid propagation of thermal energy at temperatures up to 1000 degrees Celsius. •3) Contractor must have (or access to) and be able to demonstrate, facilities, experience, and capability to perform full vehicle crash testing described in S7.2 S7.3 and S7.5 of standard 49CFR 571.301 •4) Contractor must have and be able to demonstrate facilities, experience and capability of initiation and controlled fire exposure to a large capacity battery pack while capturing accurate measurement of thermal reactions and rapid propagation of thermal energy at temperatures up to 1000 degrees Celsius. •5) Contractor must have and be able to demonstrate facilities, experience and capability of full vehicle salt water immersion and post immersion isolation measurement as described in standard 49CFR 571.305. •6) Contractor must have and be able to demonstrate facilities, experience and capability of charging electric propulsion vehicles and correctly monitoring the batteries when equipped with Lithium-ion batteries. Format of Corporate Capabilities Statement: Any interested organizations should submit the Corporate Capability Statement which demonstrates the firm's ability and interest in no more than 10 pages to perform the key requirements described above. All proprietary information should be marked as such. All respondents are asked to indicate the type and size of their business organization, e.g., Large business, Small Business, Small Disadvantaged Business, Women-Owned-Business, 8(A), Historically Black College or University/Minority Institution (HBCU/MI), educational institution, profit/non-profit organization, in their response. Interested offerors shall respond to this Sources Sought Notice no later than 15 calendar days from date of posting. E-mail is the preferred method when receiving responses to this Notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/NHTSA/NHTSAHQ/2011-0006/listing.html)
 
Place of Performance
Address: 1200 New Jersey Avenue, Washington, District of Columbia, United States
 
Record
SN02333788-W 20101126/101124234351-7d2e52dc3f8e04e5dfe84cf7c4c9ff8b (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 |
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.