Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 23, 2006 FBO #1578
SOURCES SOUGHT

61 -- AE Electrical Power Source

Notice Date
3/21/2006
 
Notice Type
Sources Sought
 
NAICS
335311 — Power, Distribution, and Specialty Transformer Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, HQ HSG - Human Systems Group, HQ HSG/YASK 7980 Lindbergh Landing, Brooks City-Base, TX, 78235-5119
 
ZIP Code
78235-5119
 
Solicitation Number
RFIAEPower001
 
Response Due
4/5/2006
 
Archive Date
4/20/2006
 
Description
SUBJECT: Aeromedical Evacuation Electrical Power Source The Human Systems Group is seeking information from sources that can provide a small, portable Electrical Power Source for the Aeromedical Evacuation (AE) mission to eliminate dependence on aircraft power. The preferred sources include rechargeable batteries, fuel cells or other sources that do not emit dangerous exhaust products. The electrical power source should have as a minimum the following capabilities: 1. The volume of the electrical power source must enable the device to fit on the Air Force?s Patient Support Pallet with the patients. Free space is at a premium. 2. The product?s overall weight should be minimized. Responders should specify whether their device provides power to each individual patient or can serve multiple patients simultaneously. 3. Power (per patient): 300 W continuous, 400W peak (several seconds). Electrical power should be renewable either by the addition of new fuel or by recharging. 4. Energy (per patient): 3600 W?hr total capacity (for a 12-hour mission). This may be distributed over multiple fuel cartridges/battery packs/other energy sources. 5. Energy density: Greater than 150 W?hr/kg for entire system (i.e. unit plus fuel/batteries) for a 12-hour (3600 W?hr) mission 6. Provide both 12 VDC and 120 VAC @ 60 Hz via high-efficiency DC-AC converter (> 85%). Provide output connectors that support a current load of up to 7.5 A. Provide a design for single or multiple patients with connections to power up to 6 devices per patient. 7. The electrical power source will operate in an atmosphere where there may be jet fuel vapor present. The product must not spark for any reason and must not use high volumes of potentially explosive fuel. 8. If power system emits exhaust products other than water, must demonstrate its safety for use in aircraft cargo bays 9. It is desired that the technology be ready for production within one year. 10. The electrical power source will operate in aircraft at altitude. During an in-flight rapid decompression the expansion in air volume will not diminish the electrical generation capacity of the product. The product should be able to work in a high altitude chamber to 15,000 feet above sea level. The product should be able to undergo a rapid decompression to 45,000 feet above sea level. (See URL: http://www.tdsway.com/products/recon/hardware_test_standards/MIL-STD-810F_500.4 ) 11. The product will withstand exposure to humidity levels from 5% to 95%. 12. The product shall be able to recover after being subjected to high temperature storage IAW MIL-STD-810F, Method 501.4. (See URL: http://www.tdsway.com/products/recon/hardware_test_standards/MIL-STD-810F_501.4 ) 13. The product shall be able to recover after being subjected to low temperature storage IAW MIL-STD-810F, Method 502.4. (See URL: http://www.tdsway.com/products/recon/hardware_test_standards/MIL-STD-810F_502.4 ) 14. The product shall meet all applicable OSHA standards for safety and EPA standards for disposal. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the government. This is NOT a Request for Proposal, Invitation for Bid, or an announcement of a solicitation. Response to this RFI is strictly voluntary and will not affect any corporation's ability to submit an offer if a solicitation is released. There is no bid package or solicitation document associated with this announcement. The purpose of this document is to identify potential sources. Any requests for a solicitation package will be disregarded. For submissions to be considered developers/sponsors must electronically supply (.doc or .pdf format) the preceding information in the order and format in which it is presented to William Keihl, Contracting Officer, William.keihl@brooks.af.mil no later than 1700 hrs, April 20, 2006. Telephonic responses will not be accepted. Electronic Media can be mailed to Human Systems Group/PSP, 7980 Lindbergh Landing, Brooks City-Base TX 78235-5119, ATTN: Mr Gary Lockwood. The Government does not intend to award a contract on the basis of this RFI or otherwise pay for the information solicited. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of preparing submissions in response to this RFI and the Government's use of such information. Submittals will not be returned to the sender. Respondents of this RFI may be requested to provide additional information/details based on their initial submittals. The Government recognizes that proprietary data may be part of this effort. If so, clearly mark such restricted or proprietary data and present it as an addendum to the non-restricted/non-proprietary information. The Government shall not be liable for or suffer any consequential damages for any improperly identified proprietary information. Proprietary information will be safeguarded in accordance with the applicable Government regulations. The Government reserves the right to select one, some, or none of the submissions for further investigation. Submissions shall not exceed ten (10) 8.5 X 11 inch, single-sided pages per product. Product MSDS, independent technical reports, and laboratory reports may be attached in an appendix and will not count against the length requirement. Vendors who submit packages for review do so with the understanding that U.S. Government personnel as well as their support contractors will review their material and data. Respondents will not be contacted regarding their submission or information gathered as a result of this notice nor the outcome of the Government's review of the solicited information.
 
Place of Performance
Address: Human Systems Group/PSP, 7980 Lindbergh Landing, Brooks City-Base TX
Zip Code: 78235-5119
Country: USA
 
Record
SN01011390-W 20060323/060321212357 (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.