Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 26, 2011 FBO #3409
SOURCES SOUGHT

59 -- Market Survey for Ruggedized Power Supply.

Notice Date
3/24/2011
 
Notice Type
Sources Sought
 
Contracting Office
CECOM Contracting Center (CECOM-CC), ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
 
ZIP Code
07703-5008
 
Solicitation Number
MARKET-SURVEY-5061-1
 
Response Due
4/8/2011
 
Archive Date
6/7/2011
 
Point of Contact
Harold Schwake, 000-000-0000
 
E-Mail Address
CECOM Contracting Center (CECOM-CC)
(harold.schwake@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
FOR MORE INFORMATION CONTACT Michael Ayers, CECOM LCMC, michael.ayers@conus.army.mil NSN CAGECNomenclatureMFG P/N 613001565489506ES8Power SupplyAegis Power Systems IncNG2602 DESC: Sources sought for a ruggedized military Commercial Off the Shelf (COTS) power supply which will be used in a military application within a HMMWV based Command Post Platform. At a minimum, the power supply is required to operate from a 3-Phase 115/208VAC "Y" connected input with a single 28VDC 5500W output capability. The power supply must be compliant to the environmental requirements of MIL-STD-810F and the EMI requirements of MIL-STD-461E. The unit will have a DC output range of 25VDC-30VDC and a minimum output efficiency of 83% at full load. The power supply will contain a built-in test capability which must match the pinout configuration of the current design to maintain backward compatibility. The maximum dimensions of the unit must not exceed 16.5in(D), 16in(W) and 8in(H), and the weight cannot exceed 50 lbs. Currently, the said component is being provided by Aegis Power Systems Inc, Murphy, NC. Aegis Power Systems Inc is the original developer of the NG2602 power supply and retains all data rights for NG2602. The Government did not purchase and cannot provide a drawing package for this component. As part of this acquisition effort, the spares will be required to meet the same form, fit, and function of the original component to ensure that the spares achieve the required performance within the system. Contractors capable of providing the above described spares may contact the government via writing or electronic mail at the address shown below. The response must include documentation showing that the contractor is capable of providing the required components deliverable within 16 weeks after receipt of order. Responses must be received by the response date listed above. For more information contact Mr. Ayers at the following email address: michael.ayers@conus.army.mil. EMAIL: michael.ayers@conus.army.mil ADDRESS: MICHAEL AYERS RDER-PRD-MC BLDG 1202 Ft. Monmouth, NJ 07703-5000
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/97b210acb5f4a6105364cb3a683b4458)
 
Place of Performance
Address: CECOM Contracting Center (CECOM-CC) ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
Zip Code: 07703-5008
 
Record
SN02408743-W 20110326/110324234745-97b210acb5f4a6105364cb3a683b4458 (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  © 1994-2020, Loren Data Corp.