Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 30, 2013 FBO #4144
SOURCES SOUGHT

61 -- Container Solar Power System (CSPS)

Notice Date
3/28/2013
 
Notice Type
Sources Sought
 
NAICS
221114 — Solar Electric Power Generation
 
Contracting Office
ACC-APG - Natick (SPS), ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
PMFSS-CSPS1234
 
Response Due
4/26/2013
 
Archive Date
5/27/2013
 
Point of Contact
Richard Guiliano, 508-233-4697
 
E-Mail Address
ACC-APG - Natick (SPS)
(richard.guiliano.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
1. INTRODUCTION: This announcement constitutes a Request for Information (RFI) notice for planning purposes. This RFI does not constitute a commitment, implied or otherwise, that the Product Manager Force Sustainment Systems (PM FSS) will take procurement action in this matter. Any company decision to participate or not participate in this RFI has no future contract advantage or disadvantage either way. THIS IS NOT A REQUEST FOR PROPOSALS. NO SOLICITATION DOCUMENTS EXIST AT THIS TIME. This RFI notice is being issued for the purpose of assessing industries' current capabilities in providing solar energy systems mountable on ISO containers/shelters for use by military services in various theaters of operations including base camps. Any information provided does not constitute a proposal, but will be considered an exchange of capabilities and ideas. Neither PM FSS nor the Government will be responsible for any cost incurred in furnishing this information. 2. BACKGROUND: The remote locations of base camps create significant challenges for logistics support of combat operations. These base camps are heavily dependent on large, long-distance truck convoys whose cargo is dominated by water and bulk fuel. Convoy routes through unsecured areas are frequently hazardous, and transport is always expensive. 3. PURPOSE: PM FSS is interested in learning what solar technology power systems mounted on various size ISO containers/shelters, are available today that would enhance operational energy efficiency and logistics sustainability of expeditionary base camps. This RFI focuses on solar power energy technologies and equipment that would address operational energy efficiency in support the military field operations and base camps. Information received and any product assessment made from this RFI will be used to identify potential technical solutions suitable for rapidly enhancing energy-related base camp operations. Primary functional uses of these systems will be to provide usable electricity for powering equipment supporting billeting, command and control, dining, office configurations, and medical facilities. Systems of interest are those that would most effectively reduce the operational energy and fuel demand of a base camp supporting 150 personnel and smaller. These same technologies would also be considered for base camps supporting 600 personnel and greater. 4. DESCRIPTION OF PRODUCTS SOUGHT: Integrated solar technology energy source system solutions with battery storage, mountable on top of military ISO containers/shelters, are sought to provide an on-site power generation/distribution system with management capabilities to help reduce the reliance on liquid fuels/fuel demand and improve energy efficiency for military base camp operations. a. A complete integrated system utilizing mature technologies, products and equipment that provides the following capabilities of interest is desired. b. Integrated solar energy system that can be securely attached, with minimal effort by the personnel, to top of ISO containers/shelters without any modifications to the ISO container/shelter. For example, utilize the ISO twist locks located on top of the ISO container/shelter. c. The base system design should not increase the footprint beyond that of the ISO container itself. Expandable roof panels beyond the ISO container footprint are allowed to increase energy production, but a base system must be included in the presentation. d. System designed to withstand rough handling in military environment by the incorporation of protective design elements. e. System provides Photovoltaic Energy capture with the following capabilities: 1) Withstand ballistic damage and remain operational (reduced power output allowed). 2) Provide energy output greater than 1200 watts per ISO Container (8 ft x 8 ft x 20 ft) footprint. f. Optional: Solar panels which tilt to better match sun angle. 1) Threshold: Fixed angle 2) Objective A: 1 axis of tilt 3) Objective B: 2 axis of tilt g. System provides Energy Storage Capacity between 5 kWH to 30 kWH is desirable, greater than 30 kWH is allowed. h. Power Output and Power Feed Through Capability. The system needs to output the following, while providing the ability to feed through outside power, when the internal energy is depleted. Instead of the connecting generator power directly to the load, the operator connects generator power to the CSPS which connects to load. 1) Objective: 208/120 VAC, three phase (single usable also) 2) Threshold 120 VAC, single phase i. Master and Servant operation is allowed. In this situation, the master system contains the energy storage, and inverters to convert solar and other renewable to 208/120 VAC three phase (Objective) or 120 VAC single phase (Threshold). The servant systems must contain the renewable energy sources and feed this back to the master. The master would accept outside generator power and feed this through to master ISO container and all servant ISO containers. j. Material Handling Equipment. System can be moved by Army All Terrain forklifts (weight no more than 10,000 lbs) and commercial forklifts. 1) Transport Mode. System is multi-stackable into form factor of Standard 8 ft high ISO Container. Please note 8.5 ft high is not allowed due to military airlift requirements (C-130 aircraft). The stacked set of CSPS units must meet the CSC (International Convention for Safe Containers) except for the stacking requirement. The stacking requirement is number of 8 ft x 8 ft x 20 ft shipping containers (each approximately 63,000 lbs) which can be locked on top CSPS stack to allow maximum use of ISO container ships. a) Objective: 9 High Stacking (8 x ~63,000 lbs = ~496,000 lbs) b) Threshold: 8 High Stacking (7 x ~63,000 lbs = ~441,000 lbs) 2) If proposed system uses Lithium Ion Batteries as its energy source, please discuss how U.S. Department of Transportation requirements impact your system's stackability during transport. U.S. Department of Transportation requires Lithium Ion Batteries be shipped in a separate container. 5. CONTENT AND FORMAT OF PRODUCT DESCRIPTIONS: The electronic copy of responses is to be in Microsoft Word 2003, Microsoft Word 2007 or Adobe Acrobat 9 compatible format using a size 12 font with one inch margins. Following a review of the responses received, PM FSS may elect to request additional information, or schedule one-on-one meetings with some respondents to gain additional information about their proposed solution(s). 6. SUBMISSION - should include: a. A cover page labeled with the heading Container Solar Power System (CSPS) Product Description, Including product name, the manufacturer, and manufacturer address, technical point of contact, telephone number, email address and at least one photograph of the end item. b. An executive summary describing how this product could enhance energy efficiency and reduce the fuel burden for a military base camp. c. Submission must include: 1) Product technical description. Fully describe the product inclusive of all components. 2) Product specifications with particular emphasis on quantitative metrics of energy consumption and/or savings over alternative solutions. Other specifications would include parameters such as dimensions, weight, capacities, input requirements, salient output capabilities, or other quantitative characteristics as appropriate. 3) Commercial Level Operator manual. 4) Manpower and time required to set up, take down and pack for transport. 5) Identify all tools and equipment required to set up and take down/pack. 6) Transportation requirements and limitations. 7) Relevant history of product (or similar product) utilization. 8) Relevant test data and test reports. 9) Catalog price or rough estimate of unit cost. 10) Earliest availability for a product demonstration at no cost or risk to the Government. 11) When the product is taken out of service, what are the planned methods for disposal. Include any unique environmental or security requirements that must be considered for retiring or disposing of the product after its useful life. 7. PM FSS reserves the right to request additional clarifying information from each respondent. 8. SUBMISSION DATE AND ADDRESS: Electronic responses to this notice are requested to be emailed to richard.guiliano.civ@mail.mil no later than Friday, April 26, 2013, 5:00 PM EST. The subject line of the e-mail should contain the words Container Solar Power System (CSPS) Product Description. Large files may be submitted on CD to the following address: U.S. Army Soldier Systems Center, Product Manager Force Sustainment Systems, ATTN: SFAE-CSS-FP-F (Mr. Rich Guiliano), 15 Kansas Street, Natick, MA 01760. 9. NOTE: This RFI is issued for the purpose of determining market capability of sources and does not constitute an indication that the Government will contract for any of the items and/or services contained in this notice. All information received in response to this notice that is marked Proprietary will be handled accordingly. Responses may not include classified material. Responses to this notice will not be returned. No reimbursement will be made for any costs to provide information in response to this announcement or any follow-up information requests. Information contained herein is based on the best information available at the time for publication, is subject to revision, and is not binding upon the Government. Availability of any formal solicitation will be announced under a separate Federal Business Opportunities announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/83289e9a008a97fb14ffa803366f878f)
 
Place of Performance
Address: ACC-APG - Natick (SPS) ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street Natick MA
Zip Code: 01760-5011
 
Record
SN03023370-W 20130330/130328235113-83289e9a008a97fb14ffa803366f878f (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.