SOURCES SOUGHT
61 -- Market Survey Conformal Warfighter- Wearable Batteries (CWB)
- Notice Date
- 8/21/2012
- Notice Type
- Sources Sought
- NAICS
- 335911
— Storage Battery Manufacturing
- Contracting Office
- ACC-APG - Washington, ATTN: CCCE-CW, 10205 Burbeck Road, Fort Belvoir, VA 22060-5863
- ZIP Code
- 22060-5863
- Solicitation Number
- W909MY13R0CWB
- Response Due
- 9/21/2012
- Archive Date
- 11/20/2012
- 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 is seeking sources to build, package and deliver conformal warfighter-wearable batteries (CWB). The CWB shall conform to the surface (convex side) of Enhanced Small Arms Protective Insert Size SMALL. The CWB is intended for the use in the Ground Soldier System (communication and electronics). This battery must be Electromagnetic Compatibility (EMC) with the Ground Soldier System. The CWB will be carried by individual soldiers in combination with other items, so minimizing weight is essential. The estimated quantity CWBs is projected to be around 40,000 with the highest projected annual output approximately 10,000. The Government will accept responses from sources with a demonstrated ability to build, package and deliver conformal warfighter-wearable batteries that meet the following characteristics, pass the designated tests, and fulfill the anticipated performance criteria not limited to the following: 1) Ability to pass corrosion resistance testing for interoperability with sprayed chemicals as identified in the attached specification. 2) Ability to withstand solar radiation peaks coinciding with temperature of 30 degree C or higher. 3) Maintain battery dimension of X (<=7.66in), Y (<=8.70in), Z (<= 0.50 to 0.70inches), and a maximum weight of 2.6 lbs. 4) Must be compatible with soldier equipment: 1) electromagnetic compatibility to exceed MIL-STD-461 Electromagnetic Interference EMI parameters by 20 dB for Communications frequencies (30 to 520 MHz; 762 to 870 MHz); SATCOM (1-2.5 GHz), 2) GPS Navigation L1 (1575.42 MHz) and L2 ( 1227.60 MHz) frequency bands. 5) Battery open circuit voltage: Min 10.0 volts, Max 17.2 volts for 5% to 100% capacity within operational temperatures from -20 C to 55 C and a 80% capacity at cycle life of 0 to 224 cycles (Threshold); 0 to 300+ cycles (Objective). 6) Compliance with SMBus (interface protocol) specifications in the performance specification. 7) Ability to conform in the vertical axis (1in flex motion single side range and 2in flex motion full range) and in horizontal axis (0.5in flex motion single Side range and 1.0in flex motion full range) and flex in a forward and back motion. 8) The battery connector and interfaces shall meet GlenAir connector Part Number 807-348-01ZNU6-6SY or GlenAir 8070-1299-ZNU6-7DY or Army approved connectors (see attached specification doc) and must be safety compliant to meet 200V/m emissions over the frequency range of 2MHz to 40GHz. The Government shall provide standards for the location, color, marking, labeling, size of charge contacts and state of charge. 9) Ability to perform under various field conditions: vibrations, falls, shock, crush, dirt, bullet impact, moisture resistance. 10) Capable of charging thru both the primary power connector and thru charge contacts at the bottom of the battery. 11) For the full performance requirements, see the draft conformal warfighter-wearable battery specification attached to this market source survey. Sources possessing the capabilities to deliver a CWB that satisfies the requirements listed above are invited to submit a White Paper not to exceed 10 pages in length providing a description of their battery. The White Paper must include: 1) an analysis to the Government for approval that they have 3 levels of overvoltage protection to prevent unsafe application of external charge voltage to cells up to a minimum of 50 VDC (Threshold) and 60 VDC (Objective). 2) A safety analysis report (SAR) for each battery type and supply test data results to include: cell safety, environmental, electrical leakage, Battery Case vent, Battery safety, altitude, thermal test, vibration, shock, ext. short circuit, impact, overcharge, forced discharge, temperature cycling, projectile, nail penetration and immersion. The quantity of cells shall be provided by the Army (see attached specification). 3) Estimated cost for a battery pack that meets the battery requirements; 4) confirmation of manufacturing capability sufficient to provide the CWB in the quantities indicated above. Proposal 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 335911. 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? h. Please indicate if your product is commercially available and the medium which carries your product. 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. 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 the survey. In accordance with Federal Acquisition Regulation PART 10.001, the results of this Market Survey will primarily be used to develop the Government's acquisition approach, and will be used determine if sources capable for satisfying the agency's requirements exist and determine commerciality of the CWB. 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 exchange of information. Proprietary information submitted in the 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. 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.a.buduo.civ@mail.mil. Acknowledge of receipt will be issued. The subject of the email message shall be: Conformal Warfighter-Wearable Batteries (CWB) RFI- Your Company's name
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/aea0368994ebec26b8392ab1ea4d3f6f)
- Place of Performance
- Address: ACC-APG - Washington 10205 Burbeck Road Fort Belvoir VA
- Zip Code: 22060-5863
- Zip Code: 22060-5863
- Record
- SN02849247-W 20120823/120822001128-aea0368994ebec26b8392ab1ea4d3f6f (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 |