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 |