Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2006 FBO #1553
SOURCES SOUGHT

A -- Power Electronics Sub-System

Notice Date
2/24/2006
 
Notice Type
Sources Sought
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
US Army C-E LCMC, Acquisition Center - Washington, ATTN: AMSEL-AC-W, 2461 Eisenhower Avenue, Alexandria, VA 22331-0700
 
ZIP Code
22331-0700
 
Solicitation Number
W909MY-06-R-PESS
 
Response Due
4/10/2006
 
Archive Date
6/9/2006
 
Small Business Set-Aside
N/A
 
Description
The US Army Research, Development and Engineering Command (RDECOM), Communication, Electronics Research, Development and Engineering Center (CERDEC), Command and Control Directorate (C2D), Army Power Division, Power Generation Branch, Fort Belvoir, V A is performing a market survey of power electronics that can regulate power in the range of 500W to 3kW continuous rated load in support of the Small Tactical Electric Power (STEP) Program and on behalf of Project Manager-Mobile Electric Power (PM-MEP). Power Electronics (PE), for this inquiry, is defined as an electronic design that regulates, controls and conditions variable high voltage, high frequency input to useable, clean 120/240V, 60Hz output as demanded by the load. The following general require ments for Power Electronics under the STEP Program are based on previous evaluation efforts conducted by the U.S. Army Power Generation Branch and the initial requirements of STEP generator sets established by PM-MEP. 1) The Power Electronics must be full y contained and integrated in a single enclosure. 2)The PE must accept input connection of 3PH, 3 wire, Voltage: 165 to 280 VAC (Phase to Phase), Frequency: 200 to 300Hz. 3) The PE must deliver continuous rated load at 4,000ft and 95 ?F. 4) The PE must mai ntain output load at 0.8PF, 120/240V, 60Hz, single phase, 3 wire. 5) The PE must meet the voltage and frequency power quality requirements, to include transient response, stated in MIL-STD-1332B (http://www.pm-mep.army.mil/reference/1332.htm). 6) The PE mu st start and sustain operation from -50 F to 140 F at all levels of humidity with no assist. 7) The PE must be capable of storage at -60F without any equipment damage. 8) The PE must not exceed a weight of 21 lbs, or a volume of 0.58 cubic feet. 9) Incline d operation in any plane up to and including 15? from horizontal. 10) The PE must start and operate within the generator set after experiencing vibrations from standard transportation methods as stated in MIL-STD-705C (http://www.pm-mep.army.mil/reference/ 705c.htm). The CERDEC Power Generation Branch is interested in utilizing the power electronics in a system configuration. In addition to the above requirements please include a brief discussion on the following items: 1) Audible Signature. 2) Projected D esign Life. 3) EMI Compliance MIL-STD-461E (http://assist.daps.dla.mil/quicksearch/basic_profile.cfm?ident_number=35789). The CERDEC Power Generation Branch is interested in obtaining white papers, not exceeding 10 pages in length, describing the contrac tors experience in design, development, fabrication and testing of their power systems, detailed specifications of their power systems, organizational capabilities, and a Rough Order of Magnitude (ROM) unit cost for potential future government procurement s. The data received in response to this RFI is for information purposes only and does not mandate or impose requirements. It is desirable that data be received with unlimited rights to the Government. However, we recognize that proprietary data may be inc luded with the information provided. If so, clearly mark such proprietary information and clearly separate it from the unrestricted information as an addendum. All responses to this market research shall be submitted within 45 calendar days of the date of this announcement. Responses must be submitted via electronic mail to Ms. Michelle N. Gaffney, Project Engineer at michelle.gaffney@armypower.army.mil. All questions of a technical nature should be directed to Ms. Gaffney the above email address. All ques tions of a contractual nature shall be directed to Ms. Patricia Davis, Contracting Officer at pat.davis@cacw.army.mil. No telephonic inquiries or requests will be honored. Please reference solicitation number W909MY-06-R-PESS in all request for information and in the white paper submission.
 
Place of Performance
Address: US Army C-E LCMC, Acquisition Center - Washington ATTN: AMSEL-AC-W, 2461 Eisenhower Avenue Alexandria VA
Zip Code: 22331-0700
Country: US
 
Record
SN00994366-W 20060226/060224212453 (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.