Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 22, 2005 FBO #1153
SOURCES SOUGHT

61 -- Power Supply/ Converter

Notice Date
1/20/2005
 
Notice Type
Sources Sought
 
NAICS
335311 — Power, Distribution, and Specialty Transformer Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441 21983 Bundy Road Unit 7, Patuxent River, MD, 20670
 
ZIP Code
20670
 
Solicitation Number
N00421-05-TBD03
 
Response Due
2/11/2005
 
Archive Date
2/26/2005
 
Description
The Naval Air Warfare Center Aircraft Division (NAWCAD) Special Communications Requirements (SCR) Division St. Inigoes, MD is seeking to identify all responsible sources capable of providing a power supply/converter intended for use in a transportable equipment case. They will provide the Special Operations Forces (SOF) with the ability to establish and maintain mobile fixed Command and Control (C2) communications from any level within a theater of operations and the ability to rapidly transmit data seamlessly between infiltrated/operational elements and higher echelon headquarters. POWER SUPPLY/CONVERTER REQUIREMENTS ? PARAMETER/SPECIFICATION: The power supply/converter must be rack-mountable in a standard 19-inch wide IEEE equipment rack without the need for additional bracing support. Equipment must not exceed 3.5 (2 rack-Unit) high, but equipment that is equal too, or less than 1rU (1.75-inches) high is preferred. This power supply must support a load of 1200 watts at 24 Vdc, and 50 amperes, split between two equal outputs, each capable of supporting up to 720 Watts at 30 amps. The converter must accept and be capable of using either alternating current (AC) or direct current (DC) power, with the power supply defaulting to AC power selection as first choice. The power supply/converter must weight no more than 25 pounds, but lighter equipment will be given preference, all other specifications being equal. The finish must be black, Fed Std No. 27038. Operational Temperature Range: -30 degrees C to + 50 degrees C (required), -40 degrees C to +50 degrees C (preferred)/ Storage Temperature Range: -50 degrees C to +60 degrees C/ Voltage Line Regulation: 0.1% of Line Voltage, from 85-132Vac or 170-265Vac/ Voltage Load Regulation: 0.1%, from No-load condition, up to full-load condition/ Output Voltage Ripple: 12 mV RMS/ Output Noise Level at 20MHz Bandwidth: 40 mV P-P. Input AC Voltage Range: 85-132 Vac at 47-440Hz or 170-265 Vac at 47-440Hz, Range of 85-265 Vac desired, but not required. Input DC Voltage Range: 10-14 Vdc or 18-32 Vdc, Range of 10- 32 Vdc desired but no required. Input Voltage Selection: Autoselect, Power Supply should default to AC input power selection/Input AC Current (RMS, Maximum): 15 Amperes, as measured at nominal line voltage, with full-load output. Inrush AC Current (Peak at cold start): 20 Amperes, as measured at nominal line voltage, with full-load output. Input DC Current (Maximum): 120 Amperes, at 10 Vdc input to feed full rated load. In rush DC Current (Peak at cold start): 160 Amperes, at 10 Vdc input to feed full rated load. Input Surge Protection: Meets IEEE 587 Category A for Branch Circuits and Outlets, and IEC-801-2, -3, -4, -5 level 3. Input EMI Conducted Emissions: FCC Part 15, Subpart J (Class B); VDE 0671 (Class B); MIL-STD-461D, CE-03/ Output Voltage Adjust: Adjustable + 10%. Good Output Indicator: Colored LED to indicate when the output voltage is within specified operating range. Input Selection Indicator: Colored LED to indicate which input voltage type (AC or DC) is in use. Fault Indicator: Colored LEDs to indicate when over-voltage or over-temperature shutdown has occurred. Over-current Protection: Current limiting to 110% of maximum rated at 40 degrees C. Over-voltage Protection Adjust: Adjustable over full range. Thermal Protection: Non-self resetting thermostat. Insulation Voltages: 3000 Volts input to output; 3000 volts between inputs; 500 volts output to chassis ground; 1500 volts input to chassis ground. Leakage Current: <3.5mA at 250Vac, 60Hz or lower, as measures between AC Line Input and Chassis Ground. AC Input Connector: MIL-SPEC 3-pin connector. DC Input Connector(s): MIL-SPEC 2-pin connector (Both the AC and DC input connectors should be physically located on the front face of the equipment, with sufficient separation to allow connecting and disconnecting of power cables while wearing MOPP protective gloves. It is desired that there be one AC input connector, and one DC input connector. However, splitting the nominal 12 Vdc input from the nominal 24 Vdc input will also be acceptable. DC Output Connectors: MIL-SPEC 2-pin connector, the two output connectors should each be capable of supporting up to 30 amps of output power, and be collocated on the face opposite the input connections. Circuit Protection: Each of the input power sources should be circuit protected, using appropriately sized circuit breaker switches. Each of the output connections should provide an on-off switch. Chassis Ground: 6-32 tapped hole and screw shall be provided on the same face as the output connectors. Cooling: No particular type of cooling is required; any selected must ensure that equipment meets temperature range requirements above. THIS IS NOT A NOTICE OF SOLICITATION ISSUANCE, BUT RATHER A REQUEST FOR INFORMATION from industry that will allow the Government to identify interested sources capable of meeting the requirement. The information sought herein is for planning purposes only and shall not be construed as a request for proposal (RFP), or as an obligation or commitment on the part of the Government to acquire any product or service. There shall be no basis for claims against the Government as a result of information submitted in response to the RFI. THIS IS NOT A REQUEST FOR PROPOSALS. The Government does not intend to award a contract on the basis of this RFI, or otherwise pay for any information submitted by respondents to this request. Interested parties are requested to submit a capabilities statement of no more than (3) pages in length that demonstrates the respondent?s ability to meet the requirements as specified herein. In addition, respondents shall provide a maximum estimated dollar value per unit for the required transmitter. All proprietary or corporate data received shall be clearly identified and shall be protected from release to sources outside the Government. Responses shall be submitted electronically (Microsoft Word for Office 2000 compatible format or PDF) or other written document. Failure to respond to this RFI does not preclude participation in any future associated RFP that may be issued. If a solicitation is issued, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website: www.fedbizopps.gov. It is the responsibility of all interested parties to monitor this site for the release of any follow-on information to this sources sought notice. All responses shall be submitted by 3:30 P.M. Eastern Standard Time, 11 February 2005. Responses shall be forwarded to: NAWCAD, Attn: Johany Mojica, Contract Specialist ? Code 2512, Building 8110, Unit 11, Villa Road, St. Inigoes, MD 20684-0010, telephone number (301) 995-8672; e-mail: johany.mojica@navy.mil. If an interested source is not able to contact the Contracting Office via e-mail, information/correspondence/requests may be submitted to the point of contact cited above via facsimile: (301) 995-8670.
 
Record
SN00737693-W 20050122/050120212144 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.