SOURCES SOUGHT
61 -- Squad Power Manager Kit
- Notice Date
- 3/30/2012
- Notice Type
- Sources Sought
- NAICS
- 335999
— All Other Miscellaneous Electrical Equipment and Component Manufacturing
- Contracting Office
- ACC-APG - Washington, ATTN: CCCE-CW, 10205 Burbeck Road, Fort Belvoir, VA 22060-5863
- ZIP Code
- 22060-5863
- Solicitation Number
- W909MY13RE00B
- Response Due
- 5/1/2012
- Archive Date
- 6/30/2012
- Point of Contact
- Charlene Buduo, (703) 704-0860
- E-Mail Address
-
ACC-APG - Washington
(charlene.buduo@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The US Army Contracting Command-Aberdeen Proving Ground (ACC-APG) Belvoir Division is seeking sources on behalf of the Project Manger Mobile Electric Power (PM MEP) is seeking sources for building and delivering a Squad Power Manager Kit (SPM Kit). The SPM Kit is intended to provide power management and distribution for battery charging for various types of Army communications and electronics batteries, energy harvesting from renewable sources and primary batteries, and powering various communications and electronics devices. The SPM Kit will be carried by individual soldiers in combination with other items, so minimizing weight and cube is essential. The SPM Kit will manage and distribute power from multiple sources to multiple sources in support of military operations in austere environments. Total fielded quantity is expected to exceed 4,500 units. The Government seeks to procure the SPM Kit competitively and begin fielding systems at the beginning of FY14 (Oct 13). The intent of this market research is to identify potential sources for building and delivering SPM Kits to support the stated timeline with limited development time required. Responses should include a description of the offeror's capability to develop (if necessary) and produce the SPM Kit in the timeframe discussed. The Government will accept responses from sources with a demonstrated ability to build an integrated system that meets the following characteristics and performance capabilities: 1) power manager with 6 bi-directional electrical ports able to handle 10 Amps at 15 volts; 2) ability to smart charge using SMBus (with modules or connectors): Batteries for multiple radios - AN/PRC-148, AN/PRC-152, AN/PRC-154; USB devices; Li145/Li80 batteries; BB-5590, 2590, 5390 batteries; 3) ability to power (with modules or connectors): USB devices, 12V vehicle power port (cigarette lighter)-powered devices, Defense Advanced GPS Receiver (DAGR), PRC - 117F/G radio, PRC - 148 radio, Toughbook laptop; 4) ability to receive power from (with modules or connectors): solar blankets, AC power sources, 12V vehicle power, NATO slave power, alligator clips for misc. power sources; 5) electrical protection of ports and powered items to include short-circuit, over-voltage, over-current, surge, reverse polarity, electromagnetic interference (EMI); 6) indicate charge/power status of connected items; 6) provide operation at -40 C to +60 C; 7) possess a weight of 0.75 pounds or less; 8) kit shall include a 60W solar blanket that interfaces with the SPM. Sources possessing the capability to produce a SPM Kit that satisfies the requirements listed are invited to submit a White Paper not to exceed 10 pages in length providing a description of their system. The White Paper must include at a minimum: 1) a description of their system and validating information supporting the claims that the proposed system meets the system requirements, 2) technical specifications of their system, 3) estimated cost for a system that meets the system requirements, 4) estimated schedule for delivery of the system. Papers shall also include point (s) of contact (email and phone numbers) for further Government inquiry should more information be desired, name and address of firm, Central Contractor Registration CAGE Code and current level of firm's facility clearance (Secret, Top Secret or No Clearance). Respondents must also include information regarding 1) customary practices (including warranties, discounts, etc.), and under which commercial sales of the products are made, and 2) requirements of any laws and regulations unique to the item being acquired. Papers shall also include: 1. Point (s) of contact (email and phone numbers) for further Government inquiry should more information be desired, name and address of firm, Central Contractor Registration CAGE Code and current level of firm's facility clearance (Secret, Top Secret or No Clearance). 2. Statement as to whether or not your company is considered a small or large business. Please also indicate any socioeconomic classification (8(a), Woman-Owned, Veteran-Owned and Operated, Service-Disabled Veteran-Owned, Operated business, or HUB-Zone) that applies. The small business size standard is 500 employees for the North American Industry Classification System (NAICS) Code 335999. Additionally, responders should Additionally, responders should include direct answers to the following questions: a. Are you planning to be the Prime or a Subcontractor? If a Prime (continue to question b) b. If you are a small business and plan to be a Prime please inform how you will meet the limitations on subcontracting Clause 52.219-14? c. If your company is awarded the contract, will you be able to perform at least 50% (percent) of the work required in house? d. The Government understands that teaming is an intricate part of contracting. Please briefly describe how you would approach selecting team members for this requirement if you are not performing this action 100% in house? e. If you are a small business, can your company sustain if not paid for 90 calendar days? f. Can you acquire enough space to perform this task prior to contract award or within 15 calendar days after contract award? g. Has your Company performed this type of effort or similar type effort (to include size and complexity) before, if so provide Contract Number, Point of Contact (POC), e-mail address, phone number, and a brief description of your direct support of the effort? This is NOT a request for proposal and does not constitute any obligation by the Government to award a contract based on the findings from this survey. The Government will not reimburse interested sources or respondents to notice, or any follow-on notice, for any costs incurred in association with this announcement or for subsequent exchanges of information. Proprietary information submitted in response to this Sources Sought shall be marked accordingly and will be protected when clearly identified as proprietary. Response to this Sources Sought should be received no later than 30 calendar days from the date of this notice and should be submitted via email to charlene.buduo@us.army.mil. All requests for further information must be in writing and via email; telephonic requests for additional information will not be honored. You may forward request for additional information and/or responses to Charlene Buduo, Contract Specialist, at charlene.buduo@us.army.mil. Acknowledgement of receipt will be issued. The subject of the email message shall be: Squad Power Manager Kit RFI - Your Company's Name.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/f5e2a701a048c0d5d58cb9d15355980e)
- Place of Performance
- Address: ACC-APG - Washington ATTN: CCCE-CW, 10205 Burbeck Road Fort Belvoir VA
- Zip Code: 22060-5863
- Zip Code: 22060-5863
- Record
- SN02710095-W 20120401/120330234751-f5e2a701a048c0d5d58cb9d15355980e (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 |