Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 24, 2018 FBO #5965
SPECIAL NOTICE

61 -- REQUEST FOR INFORMATION (RFI) - LARGE SEA PLATFORM ENERGY STORAGE TECHNOLOGY SOLUTIONS

Notice Date
3/22/2018
 
Notice Type
Special Notice
 
NAICS
335911 — Storage Battery Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Crane Division, 300 Highway 361, Building 3373, Crane, Indiana, 47522-5001, United States
 
ZIP Code
47522-5001
 
Solicitation Number
N0016418SNB48
 
Archive Date
5/22/2018
 
Point of Contact
Eric Dockendorf, Phone: 812-854-5661
 
E-Mail Address
eric.dockendorf@navy.mil
(eric.dockendorf@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
N00164-18-S-NB48 - REQUEST FOR INFORMATION (RFI) - LARGE SEA PLATFORM ENERGY STORAGE TECHNOLOGY SOLUTIONS - FSG 61 - NAICS 335911 Issue Date: 22 MAR 2018 Closing Date: 7 MAY 2018 I. 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 of potential energy storage solutions for a manned undersea platform. The Government has included technical specifications that potential Offerors should review prior to submission. 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 (RFP), Invitation for Bid (IFB), 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 and academia status of the industry with respect to current, near-term, and long 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. The attached document primary requirements document is an EXPORT CONTROLLED document. Only those companies that have completed DD Form 2345 and are certified under the Joint Certification Program (JCP) in an active status are authorized to receive export controlled information. Additional information is available at https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx. Information may be submitted by any government or non-government entity including commercial firms, non-profit organizations, and any institutions of higher education with degree-granting programs in science and /or engineering (universities), or by consortia compromising 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. The Government may choose to visit, or host a visit from, any potential sources. This RFI in no way implies either implicitly or explicitly that respondents will be compensated in any way by the Government for information provided. II. BACKGROUND: The United States Navy requires large energy storage system as backup power source for a large sea platform vehicle. The Navy is interested in all viable technologies that could meet the preliminary requirements. The identified minimum requirements are not a final or formal list of all the requirements. A formal military specification has not been developed at this time. The Energy Storage System can be comprised of any available technology (i.e. battery) that meets the defined general requirements. The information collected here is for technology and market survey purposes only. The System operates as an uninterrupted power source to the platform's DC electric Bus. The Energy Storage System shall be comprised of modules for purpose of installation, maintenance, and repair/replacement. These modules will be assembled into the larger system within the Energy Storage Compartment. NSWC Crane is seeking input with regard to potential manufacturing of systems that can meet the desired requirements contained in the Large Platform Energy Storage System Requirements document. III. Responses shall be: 1) Responses are requested by 1400/2:00 PM Eastern Daylight Savings Time (EDT) on 07MAY2018. Any response received after this date will also be considered but may not be included in initial reporting or assessments. 2) All responses should be given in PDF format and emailed to the Technical/Contracting points of contact: Badruddin (Rudy) Pirani and Eric Dockendorf. The subject line of the email should include the RFI number (N00164-18-S-NB48) and the respondent's name. If necessary, files too large for email can be sent via AMRDEC SAFE at https://safe.amrdec.army.mil/safe to the Technical/Contracting points of contact by the same response date. 3) A suggested submission organization: a) A cover letter (optional). b) A cover page identifying the RFI number (N00164-18-S-NB48), the company name, mailing address, email address, telephone and fax numbers, website address (if available), duns number, cage code and/or tax ID number, business size category (large, small, small disadvantaged, etc.), and the name, telephone number, and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives. c) Submissions should meet the following requirements: 1. Objective: Clear and concise statement of the manufacturing and / or design capabilities of your organization. 2. Provide an overview of the proposed system including technology, size, and capability. 3. Describe the technology and/or design that would be used to meet the defined requirements. If possible, provide a Technology Readiness Level (TRL) along with the detail requested. 4. Describe any potential development that would be required to mature the technology to meet the defined requirements. 5. Describe the manufacturing and capabilities of your organization in detail as well as any development, equipment or facilities acquisition that might be needed. If possible, provide a Manufacturing Readiness Level (MRL) along with the detail requested. 6. Describe any production history of the product or technology being proposed. 7. Characteristics, specifications, and certifications your organization holds as related to the capabilities, interests/focus items above, to include the below as applicable: a. Description of the level of maturity of the manufacturing capability and experience. b. Identify your organizations experience with large energy storage systems. c. Identify your organization's manufactured products that are currently fielded and by whom. d. Intellectual property claims (if any). e. Earliest availability for a technical demonstration at no cost or risk to the government. 8. Cost or pricing information relating to the technology being proposed in Watt Hours per Gram and Watt-Hours per Litter. 9. Provide an overview of the technology being prosed requires active management of the modules or sub components (i.e. Battery Management System) for safety as well as operational use. All responses shall be unclassified. All assumptions, including any assumed Government support, shall be clearly identified. All proprietary and restricted information shall be clearly marked. All information marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities. 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. 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. 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. Eric Dockendorf, telephone: 812-854-5661, e-mail: eric.dockendorf@navy.mil and the Technical POC, Mr. Badruddin (Rudy) Pirani, telephone: 812-854-4211, e-mail: badruddin.pirani@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016418SNB48/listing.html)
 
Record
SN04863857-W 20180324/180322231443-a042365b1c87764729f240e164751c6e (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.