COMMERCE BUSINESS DAILY ISSUE OF JUNE 25, 2001 PSA #2879
SOLICITATIONS
A -- BROAD AGENCY ANNOUCEMENT (BAA) IN THE DEVELOPMENT OF RESERVE BATTERIES TO POWER ADVANCED UNDERWATER SYSTEMS
- Notice Date
- June 21, 2001
- Contracting Office
- Naval Surface Warfare Center, Carderock Division, 9500 MacArthur Blvd., West Bethesda, MD 20817-5700
- ZIP Code
- 20817-5700
- Solicitation Number
- N0016701BAA0066
- Point of Contact
- Lynn Rowe (301) 227-1100
- Description
- The Naval Surface Warfare Center, Carderock Division, Power Systems Branch (Code 644), is interested in the development of reserve batteries to power advanced underwater systems. An initial application guides the immediate quantifiable requirements and goals. These may be modified as other systems come to the fore. The intent is to develop a class of disposable, high pulse power supplies. The approach will be in three phases. Phase I: Concept and Feasibility, delivers concept design (including contractor drawings), projected performance, cost basis, proposed plan of development, and trade-offs. There may be more than one award with a period of performance on the order of 6 months, expected to be in the $10K -- $20K range, each, depending upon the number of viable responses. Phase II: Feasibility Demonstration culminates in bench top demonstration batteries, nominally three. A continued emphasis on cost, in production, will require development of a sound cost basis and production strategy. There may be more than one award with a nominal period of performance of 12 months, expected to be in the $100K -- $250K range and awards will be down-selected from those who received Phase I awards based upon the results of the Phase I effort. Phase III: Prototype Demonstration, will demonstrate at least two batteries each at the hottest and coldest, as well as room temperature. Development risk and producability will be a strong consideration, since the next development stage will likely be in the hands of a prime contractor, seeking a power source for a specific system under extreme cost constraints. It is anticipated there will be one award of 18 months in duration, expected to be in the $300 -- $600K range and the awardee will be down-selected from those who received Phase II awards based upon the results of the Phase II effort. The initial application must meet the following requirements: operate in temperatures from zero to 35 degrees Celsius, withstand storage from -20 to 55 degrees Celsius, and have a shelf life of at least five years. Power requirements are 5500W for 10 second-long pulses. There will be 14 of these pulses required at indeterminate intervals over a period of 6 hours or more. Minimum operating voltage is 65V, with a nominal OCV twice that value. Physical constraints include a maximum diameter of 4.75 inches, length of 12 inches, and weight of 19 pounds. Additionally, batteries will be enclosed, or attached to stand-alone systems that do not receive maintenance for 5 years, are capable of carriage on Navy aircraft, can survive water entry shock loads, and tolerate frequent handling by military personnel as they are shuffled around the world to different storage locations. A per unit cost goal of $400 in production volumes of roughly 25,000 units per year, is a very significant part of this development. The Navy's primary interest in this development is enhanced safety over active battery systems. However, the performance and cost thresholds are very demanding, and real. Proposals will be evaluated on the basis of technical understanding (sound and well supported) (15%), potential performance of proposed technology (relative to stated requirements) (10%), feasibility of approach (Is there a well-defined plan providing task detail, schedule, milestones, go/no go decisions based on prestated, clear and relevant criteria, with clearly defined deliverables? Is there a reasonable path to production? Have risks and trade-offs been adequately addressed? (25%), demonstrated relevant experience (25%), personnel performing the work (10%), facilities (5%), and cost to perform the work (10%). Each of these criteria will be rated for each phase, where appropriate, to facilitate this evaluation. Within the overall thrust of safety, performance, and cost (given in order of priority), the proposed work must answer directly to the efforts delineated in each of the three phases, above, as well as under the overarching requirements and goals of the immediate application. Beyond these requirements, it should be noted that there are some parameters that are of special interest: reduced cost, increased minimum voltage, increased pulse power, and decreased length, all relative to the initial application. Proposals are due within 45 calendar days from date of CBD publication. The technical POC is Peter Keller, (301) 227-1833. The contractual POC is Lynn Rowe (301) 227-1100. This synopsis is for information purposes and constitutes the total Broad Agency Announcement. Interested offerors should send an original and one copy of their proposals to the Naval Surface Warfare Center, ATTN: Peter Keller, Code 644, and 9500 MacArthur Boulevard, West Bethesda MD 20817-5700. Proposals shall be titled and shall identify the offeror's name, address, telephone and fax numbers, and email address. All responsible sources capable of satisfying the Government's needs may submit a proposal that will be considered by NSWCCD.
- Record
- Loren Data Corp. 20010625/ASOL005.HTM (W-172 SN50P636)
| A - Research and Development Index
|
Issue Index |
Created on June 21, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|