Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 24, 2015 FBO #4809
SOURCES SOUGHT

70 -- Request for Information: Vendors capable of manufacturing a Navy owned build to print Battery Monitoring System (BMS)

Notice Date
1/22/2015
 
Notice Type
Sources Sought
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Crane Division, 300 Highway 361, Building 64, Crane, Indiana, 47522-5001
 
ZIP Code
47522-5001
 
Solicitation Number
N0016415RGS45
 
Archive Date
3/14/2015
 
Point of Contact
RICHARD COLVIN, Phone: 812-854-4389
 
E-Mail Address
richard.colvin@navy.mil
(richard.colvin@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
N00164-15-R-GS45 - Request for Information: Vendors capable of manufacturing a Navy owned build to print Battery Monitoring System (BMS) - FSC 7010 - NAICS 334515 Issue Date 22 JAN 2015 - Closing Date 27 FEB 2015 REQUEST FOR INFORMATION (RFI): The Government is issuing this RFI as part of a market survey in accordance with FAR 15.201(e) to determine the availability, technical capability, platform integration capability, and logistics capability of industry to provide Naval Surface Warfare Center (NSWC), Crane Division information about industry's ability to provide a Battery Monitoring System (BMS) for large storage battery strings. The scope of this project is to replace the currently fielded proprietary sole source battery monitoring equipment with a Navy owned Build To Print (BTP) BMS. The target system's use is to monitor Lead Acid battery systems, but other battery chemistries are being evaluated for possible future use. Multiple qualified vendors will be able to bid on supplying the BTP-BMS hardware using Commercial-Off-The-Shelf (COTS) component technologies, fabricated circuit boards and custom wiring and fiber assemblies integrated with a custom enclosure. System user operating software is to be developed by the government. The BTP-BMS is comprised of a display module connected through custom MIL-SPEC cable assemblies to multiple sensor module assemblies tied to individual battery cells. The shock mounted display module is housed in a custom enclosure measuring approximately 17" X 13" X 8" and contains a 15" touch screen with a single board computer, IO module, two solid state hard drives, power supply and MIL-SPEC interconnect assemblies mounted from the bottom to the interior hardware. The sensor modules are a custom injection molded case approximately 10" X 4" X 2" containing the custom battery cell sensing circuit assembly. The completed system shall be capable of monitoring voltage and current on hundreds of low voltage cells. The BTP-BMS system assemblies will be manufactured and tested in accordance with the BMS specification that may include but are not limited to the following standards and guidelines: • MIL-S-901D with Interim Change 1 & Change 2 Shock Tests, H.I. (High Impact) Shipboard Machinery, Equipment, and Systems, Requirements for • MIL-E-917 Electric Power Equipment, Basic Requirements for (Naval Shipboard Use) • MIL-S-19500J, Military Specification: Semiconductor Devices, General Specification for • MIL-PRF-31032B Printed Circuit Board/Printed Wiring Board, General Specification for • MIL-STD-470 Maintainability Program Requirements (for Systems and Equipment) • MIL-PRF-38535K Integrated Circuits (Microcircuits) Manufacturing, General Specification for • MIL-P-15024E Plates, Tags, and Bands for Identification of Equipment, General Specification for • MIL-PRF-15160K, Performance Specification: Fuses, Instrument, Power, and Telephone General Specification for • MIL-DTL-16878G, Detail Specification: Wire, Electrical, Insulated, General Specification for • MIL-T-16366F Terminals, Electrical, Lug and Conductor Splices, Crimp-Style • MIL-C-24643 Cable and Cord, Electrical, Low Smoke, for Shipboard Use, General Specification for • MIL-C-28876D Connectors, Fiber Optic, Circular, Plug and Receptacle Style, Multiple Removable Termini, General Specification for • MIL-PRF-29504B Termini, Fiber Optic Connector, Removable, General Specification for • MIL-PRF-49291D Fiber, Optical, (Metric) General Specification for • MIL-C-83522D Optic, Single Terminus, General Specification for • MIL-C-85045E Cables, Fiber Optics, General Specification • S9407-AB-HBK-010 Handbook for Shipboard Electromagnetic Shielding Practices • DI-IPSC-81431 Data item description for System/Subsystem Specification (SSS) • MIL-STD-1686 Electrostatic Discharge Control Program for protection of Electrical and Electronic Parts, Assemblies, and Equipment • MIL-HDBK-2036 General requirements for Electronic Equipment Specifications • MIL-E-2036D, Military specification: enclosure for electric and electronic equipment, naval shipboard • MIL-STD-1474D Requirement 5, Department of Defense Design Criteria Standard, Noise Limits • MIL-STD-740-2 Structureborne Vibratory Acceleration Measurements and Acceptance Criteria of Shipboard Equipment • MIL-STD-882 System Safety Program Requirements • MIL-HDBK-781 Reliability Test Methods, Plans, and Environments for Engineering, Development, Qualification, and Production • DOD-STD-1399, Interface Standard for Shipboard Systems D.C. section 070 - Part 1 Magnetic Field Environment (Metric) • MIL-STD-108 E Definitions of and Basic Requirements for Enclosures for Electric and Electronic Equipment • MIL-STD-167-1A with Interim Change 2, Mechanical Vibrations of Shipboard Equipment (Type 1-Environmental and Type II Internally Excited) Definitions of Basic Requirements for Enclosures for • MIL-STD-202 G Test Methods for Electronic and Electrical Equipment Parts • MIL-HDBK-454B General Guidelines for Electronic Equipment • MIL-STD-461F Electromagnetic Emission and Susceptibility Requirements for the Control of Electromagnetic Interference • MIL-STD-462 Electromagnetic Interference Characteristics Interim Notice 5 Measurement of • MIL-STD-462D Measurement of Electromagnetic Interference Notice 1 Characteristics • MIL-STD-810G Environmental Test Methods and Engineering Guidelines • MIL-STD-1310H Shipboard Bonding, Grounding and Other Techniques for Electromagnetic Compatibility and Safety • MIL-STD-1399/300B, Interface Standard for Shipboard Systems, Electric section 300B Power, Alternating Current • MIL-STD-2042B Fiber Optic Cable Topology Installation, Standard Methods for Naval Ships • MIL-M-38510, Microcircuits, General Specification for • MIL-PRF-24635, Coating Systems, Weather-Resistant, Exterior Use • MIL-T-55164, Terminal Boards, Molded, Barrier, Screw and Stud Types • MIL-C-21097, Connector, Electrical, Printed Wiring Board Receptacle, Card Insertion • ANSI/IPC-A-600F IPC-A_600F, Acceptability of Printed Boards, Class III • ASTM-F-1166 Human Engineering Design for Marine Systems Equipment, and Facilities • SAE-AS-22759B Wire, Electrical, Fluoropolymer-Insulated, Copper or Copper Alloy • SAE-AS-50151 - Connectors, Electrical, Circular Threaded, AN Type, General Specification For • IPC-6012, Qualification and Performance Specification for Rigid Printed Boards, Class III • IPC J-STD-001, Requirements for Soldered Electrical and Electronic Assemblies This RFI is published to obtain information for use by NSWC Crane Division, for market research and planning purposes only; and is not a Request for Proposal, Invitation for Bid, or an announcement of a solicitation. There is no bid package or solicitation document associated with this announcement. This RFI is part of a continuous process for obtaining the latest information on the commercial status of the industry with respect to current and near-term abilities. Response to this RFI is strictly voluntary and will not affect any potential offeror's ability to submit an offer if a solicitation is released. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of preparing submissions in response to this RFI and the Government's use of such information. Information may be submitted by any government or non-governmental entity including commercial firms, non-profit organizations, and institutions of higher education with degree-granting programs in science and/or engineering (universities), or by consortia comprising such concerns. The Crane Division encourages participation by small business, small disadvantaged business, HUB Zone small business, woman-owned small business, veteran-owned small business, and historically black colleges and universities. This RFI is primarily looking for companies that feel they can manufacture and qualify BTP-BMS hardware; however, BMS manufacturers who are willing to provide full design disclosure and data rights to the Navy and believe their existing BMS hardware/software can meet the BMS requirements as documented in the BMS specifications are encouraged to submit a response to this RFI. The Supplier's quality system is required to fulfill the requirements of MIL-I-45208 or ISO 9002. Throughout the manufacturing process the quality and process controls will be monitored by Navy representatives to certify that vendors are manufacturing the BTP-BMS systems in accordance with the requirements identified in the BMS data package. All supplied electronic components will have to be sourced through trusted suppliers with certifications to ensure no counterfeit parts make their way into the equipment by establishing and maintain an acceptable counterfeit electronic part detection and avoidance system. Additionally all manufactured parts will have to be sourced within the United States such as the custom circuit boards. In general this would be waived for COTS items such as the single board computer. Being a Navy product, additional manufacturing process controls will have to be implemented. As an example: All production and repair welding and brazing must be performed in accordance with written procedures approved prior to performance of welding or brazing. Evidence of personnel qualifications shall be provided. The production levels being evaluated are 2 to 6 systems per year over the next five years.. A representative delivered system may include the following: • Display Monitor - 1Qty • Cell Sensor Module - 32Qty • Voltage/Current Sensor Module - 2Qty • Connectors and Cables • Spare Display Monitor and Spare Sensor Modules The Government may choose to visit, or host a visit from, any potential sources. This request for information/sources sought synopsis in no way implies either implicitly or explicitly that respondents will be compensated in any way by the Government for information provided. All interested parties are strongly encouraged to submit an initial synopsis, (commonly referred to as white paper) per the information below by 27 February 2015. White papers should not exceed 20 pages, with an executive summary (short paragraph). Company and product literature, and/or other pertinent information for consideration of the Government may also be included. Responses shall be: 1. Identified by the RFI number (N00164-15-R-GS45); and include: Company name, mailing address, e-mail address, telephone and fax numbers, website address (if available), and the name, telephone number, duns number, cage code and or tax ID number, as well as business size category (large, small, small disadvantaged, etc.) and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives. 2. In electronic format (Adobe pdf or Microsoft Word) or hard copy format. 3. No more than (20) pages in length. 4. Written in 12-point, Times New Roman with normal (condensed) spacing. 5. Margins of 1" or greater on all sides. 6. Submitted to Contracting Officer as indicated below (prefer email but mailed hardcopy is acceptable). Data shall include specific responses to each of the following: 1. Please list and describe any/all of your company concerns with the BTP-BMS fabrication and shipboard qualification overview as outlined above. 2. Identify and describe your company's experience with similar hardware/software manufacturing efforts. 3. Provide a brief description of your company manufacturing and quality process controls and quality plan. Identify and outline a plan that would allow your company to meet the manufacturing and quality process controls as outlined above. Please identify an estimated implementation timeline for each process control required to be implemented. 4. Please provide an estimate of your company's current BTP-BMS component/system manufacturing capacity/rate for one BMS from the time of contract award. 5. Please provide/describe your experience with manufacturing, qualifying and delivering similar hardware for DoD applications/utilization. 6. Please indicate if your company is certified to access unclassified technical data disclosing critical technology controlled in the U.S. by Department of Defense (DOD) Directive 5230.25 through the Joint Certification Program (JCP) accessible via the Internet at http://www.dlis.dla.mil/jcp/ 7. Please indicate if you are interested in providing only subcomponents such as: Cable assemblies, Metal Cases, Plastic Case, COTS hardware. 8. If you are providing information on a vendor owned BMS design, please provide a description of your hardware/firmware/software, current application of the BMS, qualification/certification status in comparison to the requirements identified in the indicated BTP-BMS specifications, and your concerns/issues with providing FULL design disclosure and data rights to the Navy. Per Federal Acquisition Regulation (FAR) 52.215-3 Request for Information or Solicitation for Planning Purposes (Oct 1997): (a) The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation. (b) Although "proposal" and "offeror" are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal. Responses to the RFI shall include the following: Submitter's Name Street Address, City, State, NINE-Digit zip code Point of Contact (POC) POC Telephone and facsimile numbers POC email address Announcement Number: N00164-15-R-GS45 Contractors must be properly registered in the Government System for Award Management database (SAM). Offerors may obtain information on SAM registration and annual confirmation requirements by calling 1-866-606-8220, or via the Internet at www.sam.gov. This request for information does not constitute an Invitation for Bids (IFB), a Request for Quote (RFQ) or a Request for Proposal (RFP) and it should not be construed as a commitment of any kind by the Government to issue a formal solicitation or ultimately award a contract. The US Government is in no way liable to pay for or reimburse any companies or entities that respond to this announcement. Any costs incurred by interested companies in response to this announcement will NOT be reimbursed. All information received in response to this notice that is marked proprietary will be handled accordingly. No contract will be awarded by issuing this RFI. Acknowledgement of receipt of responses will not be made, nor will respondents be notified of the NSWC Crane's view of the information received. Do not send any material that requires a non-disclosure agreement or identify information that is business sensitive. Responses to this notice will not be returned. Telephone calls/questions or inquiries will not be accepted. All information provided becomes U.S. Navy property and will not be returned. All proprietary information will be treated appropriately. Your interest in this response is appreciated. White papers may be submitted any time prior to expiration of this announcement. Electronic submissions and hard copy submissions will be reviewed if received by the closing date and time. All information marked as proprietary information will be safeguarded to prevent disclosures to non-governmental personnel and entities. Submissions regarding this announcement may be directed to the Contracting Officer, Mr. Richard Colvin, Code 0221, telephone: 812-854-4389, e-mail: richard.colvin@navy.mil. The mailing address is: COMMANDER; ATTN MR RICHARD COLVIN BLDG 121 CODE 0221; NAVSURFWARCENDIV; 300 HIGHWAY 361; CRANE, IN 47522-5001. Please reference: Request for Information/Sources Sought Announcement Number (N00164-15-R-GS45) when responding to this notice. The technical POC is Mr. Eric Scott, e-mail: eric.b.scott1@navy.mil, telephone 812-854-8228. Please refer to announcement number N00164-15-R-GS45 in all correspondence and communication.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016415RGS45/listing.html)
 
Record
SN03622218-W 20150124/150122234747-72c8bc74d20ea21e787ad5983c70f925 (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.