SOURCES SOUGHT
61 -- Battery Packs
- Notice Date
- 9/10/2020 4:10:26 AM
- Notice Type
- Sources Sought
- NAICS
- 335912
— Primary Battery Manufacturing
- Contracting Office
- W6QK ACC-APG ADELPHI ADELPHI MD 20783-1197 USA
- ZIP Code
- 20783-1197
- Solicitation Number
- W911QX20Q0219
- Response Due
- 9/15/2020 8:59:00 AM
- Archive Date
- 09/30/2020
- Point of Contact
- Crystal L. Demby, Phone: 3013945332
- E-Mail Address
-
crystal.l.demby.civ@mail.mil
(crystal.l.demby.civ@mail.mil)
- Description
- Sources Sought Template: (1) Action Code�:���� SOURCES SOUGHT This is a Sources Sought Notice only. This is not a request for proposal, but a survey to locate potential sources.� This Sources Sought does not constitute an Invitation for Bids, Request for Proposals, or a Request for Quotations, and is not to be construed as a commitment by the Government to issue an order or otherwise pay for the information solicited, nor is it a guarantee of a forthcoming solicitation or contract. It is for market research purposes only. Respondents will not be notified of the results of the evaluation. The purpose of this Sources Sought Notice is to gain knowledge of interest, capabilities, and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), Women-Owned Small Business (WOSB), and Economically Disadvantaged Women-Owned Small Business (EDWOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small business, Section 8(a), HUBZone, SDVOSB, WOSB, & EDWOSB businesses are highly encouraged to participate. (2) Date�: 09/10/2020����������������� (3) Classification Code�: 61��������� (4) NAICS Code: 335912������������ (5) NAICS Size Standard: 500 Employees (6) Contracting Office Address: 2800 Powder Mill Road ������ Bldg. 601 ������ Adelphi, Maryland 20783 (7) Subject:� Sources Sought for Battery Packs (8) Proposed Solicitation Number:� W911QX20Q0219 (9) Sources Sought Closing Response Date: 15 September 2020 (10) Contact Point: Contract Specialist, 301-394-5332, crystal.l.demby.civ@mail.mil (11) Contract Line Item Number (CLIN) 0001: The Contractor shall deliver seventy-six (76) Battery Packs that meet the following minimum specifications: Shall have 23,000 milliampere hour (mAh) capacity or greater at 25.9 Volts nominal Shall have� a minimum 25 capacity (C) discharge rating Shall have a Lifetime warranty Shall have a minimum five (5) capacity fast charge capability Shall have a minimum ambient operation temperature that does not exceed 20 degrees Fahrenheit, and a maximum ambient operation temperature of no less than 100 degrees Fahrenheit without significant runtime degradation Shall have 200 cycle charge/discharge with no more than 25 percent (%) loss in capacity under normal operating conditions (assume 1 capacity (C) charge rate) Shall be waterproof Shall be built with factory fresh cells Shall include JST-XH balancing tap connectors (if not supplied with charger) Shall have dimensions not to exceed: 195 millimeter x 105 millimeter x 90 millimeter Shall have an operating temperature up to 140 degrees Fahrenheit Shall be built with XT90 Female-10 American Wire Gauge (AWG) Plugs � CLIN 0002: The Contractor shall deliver thirty-six (36) Battery Chargers that meet the following minimum specifications: � Shall be capable of charging two (2) furnished battery packs at once Shall have up to 20 Amp charge rate per port Shall have 1000 Watt max charge output (500 Watt per port) Shall have Output Voltage: 10.5-29Volts Direct Current (VDC) Shall be furnished with onboard or external power supply that can accommodate full capacity power draw from charger and is compatible with the specifications as outlined. Shall have compatibility and designed functionality for furnished battery packs in CLIN 0001 Shall have charging profile(s) tailored to furnished battery packs in CLIN 0001 Shall include compatible, high-quality (built-in or separate) power supply ���� that converts 110-120 Volts Alternating Current (VAC) to designated output voltage at max power draw Shall include multiple charge modes, as outlined: Charge only mode Balance Charge mode Balance only mode Cycle mode Discharge mode (40W per port with five (5) Ampere max current) Storage mode (discharge to 60-70% capacity to proper storage voltage) Shall have 12-bit Resolution Balance Circuits for exceptional accuracy Shall have Liquid Crystal Display (LCD) / Light Emitting Diodes (LED) Display Shall come with built-in data port and supplied Universal Serial Bus (USB) cable Shall have Software suite enabling Personal Computer (PC)-Software interface, as extension to control interface that provides the following: Enables charger control/editing and charge logging/tagging Includes rich data plotting and export functionality Compatibility: Windows XP, Vista, 7, 10; Macintosh Operating System (OS) 10.6 or newer Shall have ability to upgrade firmware Shall have two (2) integrated Lithium Balance Adapters (LBA) Shall include two (2) JST-XH 2S-7S Multi-Adapters and any adapters specific �� to particular charger brand Shall include Output Cable Set(s) with four (4) millimeter Connectors Shall have one (1) year guarantee Shall Include built-in safety features as follows: Reverse polarity protection Input voltage error warning Cell count mismatch warnings for lithium chemistry batteries. Power Supply Load Control Terminal Capacity Selection (TCS) Terminal Voltage Control (TVC) Temperature Sensor Port User-definable Memory Positions per port � C. Responses: � All interested parties should notify this office in writing, mail, fax, or e-mail within the posted date.� Responses shall include: To what extent each of the specifications can be met. � �Include your type of business (i.e. commercial, academia), whether your organization is classified as a large or small business based on the 500 Employee standard that accompanies NAICS code 335912. If a small business, you must also list any small disadvantaged status you hold [HUBZone, 8(a), Service Disabled Veteran Owned Small Business (SDVOSB), Women Owned Small Business (WOSB), Economically Disadvantaged Women-Owned Small Business (EDWOSB), etc.]. � Past experience/ performance through the description of completed projects. � (12) Responses to this sources sought are due no later than 11:59AM Eastern Standard Time (EST) on 15 September 2020. Submissions should be emailed to Crystal Demby, crystal.l.demby.civ@mail.mil. Questions concerning this sources sought may be directed to Crystal Demby at crystal.l.demby.civ@mail.mil. Please be advised that .zip and .exe files cannot be accepted. � �(13) Place of Contract Performance: Army Research Laboratory ���� Aberdeen Proving Ground, MD 21005-5066 ������������������� (14) Estimated Delivery Timeframe or Period of Performance: Two (2) to Four (4) Weeks After Date of Contract (ADC).
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/5eb07528f6e64318933efbec73332388/view)
- Place of Performance
- Address: Aberdeen Proving Ground, MD 21005, USA
- Zip Code: 21005
- Country: USA
- Zip Code: 21005
- Record
- SN05793983-F 20200912/200910230153 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |