Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 23, 2005 FBO #1154
SOURCES SOUGHT

29 -- Direct Methanol Fuel Cell (DMFC) requirement for the U.S. Operational Test Command

Notice Date
1/21/2005
 
Notice Type
Sources Sought
 
NAICS
335911 — Storage Battery Manufacturing
 
Contracting Office
US Army ATEC Contracting Activity, ATTN: CSTE-CA, P.O. Box Y, Fort Hood, TX 76544-0770
 
ZIP Code
76544-0770
 
Solicitation Number
W9115U-0001-DMFC
 
Response Due
2/18/2005
 
Archive Date
4/19/2005
 
Small Business Set-Aside
N/A
 
Description
The US Army Operational Test Command (OTC) is seeking interested sources capable of transitioning Direct Methanol Fuel Cell (DMFC) technology to design, develop and produce ruggedized fuel cell units suitable for field use on military armored and oth er vehicles. NASA's Jet Propulsion Laboratory (JPL), in conjunction with OTC and other Government partners, has been developing a DMFC proof of concept system capable of continuous standalone operation. The application envisioned is for an auxiliary power source for military vehicle related test instrumentation. OTC is interested in contractors that can design, develop and produce fuel cell units based upon the information and results from the JPL DMFC demonstration program. The tasks include but not limit ed to the following: (1) Construct a pre-production fuel cell system, which incorporates the necessary design and production approach to enable cost effective manufacture of the fuel cell system. This will include, but may not be limited to: (a).Devise a w ay to efficiently produce and assemble the Polymer Electrolyte membrane (PEM) fuel cell stack. The Contractor may also procure a fuel cell stack from a second source. (b).Develop the supporting system of fans, pumps, processors, sensors and other component s of the system to enhance producibility and reduce the ultimate size, mass and cost of the production unit compared with the JPL demonstration unit. (c). Develop electronics hardware and software algorithms to control the chemical. thermal, and power bala nce of the final system configuration, including the components specifically designed and built to enable sustained, continuous operation as specified below. (d). Provide a Safety Assessment Report to support safety testing of the DMFC system and granting of an Army Safety Release. (e).Provide services as required to support an extended field test of the pre-production prototype under operational field conditions. (2) Produce at least 10, but not more than 20, fuel cell units as a first production lot, suit able for both operational use and continued field testing and evaluation. (3) Produce additional units as a full rate production run, suitable for fielding with operational military vehicles. The number required is to be determined but is expected to excee d 300 units and may increase to 1000 units. Alternative approaches to direct methanol will be considered if they demonstrate compliance with the requirements. The period of performance for this program is: (1) Completion and demonstration of the pre-produ ction unit - 12 months AAC. (2) First production lot delivered- 30 months AAC and (3) Full rate production commencing 48 months AAC. NOTE: Additional specifications regarding this requirement will be posted to the AMSCA website: https://www.datm01.atec.ar my.mil, electronic reading room, entitled: OTC-DMFC. All interested parties are encouraged to view the requirement. This is not a Request for Proposal (RFP). The Government does not intend to pay any information furnished pursuant to this synopsis. The N AICS Code is 335911 with a size standard of 500 employees. Interested parties who believe they posses the expertise and experience shall submit their Technical Capabilities in writing to the: ATEC Mission Support Contracting Office, P.O. Box Y, Building 9 1035, Fort Hood Texas 76544-0770 or via e-mail to ATTN: Patricia Cuff, (Contracting Officer) Patricia.Cuff@otc.army.mil or Rachelle Moore (Contract Specialist), Rachelle.Moore@otc.army.mil no later than 18 February 2005. The ATEC Mission Support Contractin g Activity will be hosting an Industry Day conference on 1 - 3 March 2005. The purpose of the conference is to provide additional information on the DMFC requirements, give industry an opportunity to seek further information on the acquisition and allow p otential sources to brief their technical capability. All information received from Industry will be used to determine Source Selection, type of contract and co mpetition strategy. Interested parties must provide their technical capability in writing to the ATEC Mission Support Contracting Activity. The Technical Capabilities must include but not be limited to the following: Related experience, related capabilit ies and discussions on contractor's opinion as to the feasibility of meeting the Government performance requirements, and overview of the contractor's anticipated technical approach. If an exceedingly high amount of responses are received, for efficiency p urposes, the Contracting Officer reserves the right to limit the number of vendors that will conduct capabilities briefings. In preparation for the conference, questions and comments regarding the above requirement is encouraged. For the purpose of establ ishing an Industry Day list of attendees, it is requested that all interested parties that plan to attend the conference, provide the following information to the Contracting Officer via e-mail at the following address: aca.atec@us.army.mil. The company's name, complete address, phone number, the total number that will be attending, name, position title of attendees, point of contact and e-mail address. Special guidelines, restrictions and additional information regarding Industry Day will be posted to AMS CA website. The Point of Contact for this requirement is Ms. Patricia Cuff, Contracting Officer, (254) 288-0883 and Ms. Rachelle Moore, Contract Specialist, (254) 288-9578. (See Note 25)
 
Place of Performance
Address: US Army ATEC Contracting Activity ATTN: CSTE-CA, P.O. Box Y Fort Hood TX
Zip Code: 76544-0770
Country: US
 
Record
SN00738411-W 20050123/050121212421 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.