Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 08, 2011 FBO #3513
SOLICITATION NOTICE

H -- Hybrid Vehicle Reliability and Durability Testing

Notice Date
7/6/2011
 
Notice Type
Presolicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
ACC - Warren (ACC-WRN)(DTA), ATTN: AMSTA-AQ-AMB, E Eleven Mile Road, Warren, MI 48397-5000
 
ZIP Code
48397-5000
 
Solicitation Number
TARRESRSTV
 
Response Due
7/21/2011
 
Archive Date
9/19/2011
 
Point of Contact
Edyth McKinley, 586 282-7033
 
E-Mail Address
ACC - Warren (ACC-WRN)(DTA)
(edyth.a.mckinley.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The US Army Contracting Center-Warren intends to award a sole-source contract to General Dynamics Land Systems(GDLS), Incorporated, 38500 Mound Road, Sterling Heights, Michigan 48310-3260 for the following requirement. Hybrid Vehicle Reliability Testing Utilizing the Reconnaissance Surveillance and Targeting Vehicle (RST-V) - Phases I-III 1. OBJECTIVES The RST-V vehicle is a hybrid electric vehicle utilizing in-hub electric drive motors. Originally developed by GDLS under contract to the Defense Advanced Research Projects Agency (DARPA) and the Office of Naval Research (ONR) starting in 1996, the RST-V was designed to be air transportable in a V-22 Osprey, and as such the concept included a unique folding suspension system and height control that enabled it to fit into the V-22 cargo space. 1.1 Phase I Procure Spares, Inspect and Repair Vehicles: The contractor shall procure long lead items, including vehicle battery packs and spares. The intent is to procure material required to complete 20,000 miles of durability and reliability testing. GDLS shall perform an inspection and any necessary repairs of the vehicle systems for RST-V #3 and #4, to ensure vehicle readiness for testing. 1.2 Phase II Final Assembly and Checkout of the two RST-Vs: The contractor shall complete a final refurbishment of RST-V #3 and #4, checkout and verification testing of vehicle operation. Hardware and electrical safety shall be inspected and repairs made appropriately prior to the start of the reliability testing. The RST-V #3 and #4 shall be assembled and system operation checkouts as well as improvements to the E-Drive control system to optimize the fuel economy of the vehicle shall be completed. Detailed inspection of all components shall be carried out and documented. 1.3 Phase III Reliability Testing: The contractor shall use the RST-V to conduct vehicle reliability testing consisting of 20,000 miles of durability which is currently estimated to take 200 days. In addition to the durability testing, the fuel economy shall be evaluated and recorded under various test conditions. All relevant data such as terrain, temperature and weather conditions shall also be recorded. All Test Incident Reports (TIRs) shall be documented and qualified as being related to either the hybrid electric or the mechanical drivetrain. Testing shall be performed at a Proving Grounds mutually agreed upon by the Government and the contractor. Probabilistic reliability analysis will be performed to include the following: 1.3.1 All TIRs to be used for reliability analysis 1.3.2 Utilize physics-based models to analyze reliability drivers 1.3.3 Perform targeted testing to properly determine enhanced reliability estimate 1.3.4 Use Bayesian statistics to update reliability expectations The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of 10 U.S.C. 2304(c)(1) and FAR Part 6.302-1, for other than full and open competition; only one responsible source and no other supplies or services will satisfy agency requirements. GDLS is the only known source that can fulfill the Government's requirement. As the only manufacturer of the RSTV, GDLS has proprietary information and software essential for conducting the reliability testing required by the Government. Interested persons may identifytheir interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, any proposals received within ten (10) days after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. All interested sources must respond not later than 21 Jul 2011, 4:00 PM EDT. Responses and/or inquiries should be emailed to Edyth McKinley at edyth.a.mckinley.civ@mail.mil. The North American Industrial Classification System (NAICS) code for this requirement is 541990.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3500112dc29bbb28abb9f2de62450557)
 
Place of Performance
Address: ACC - Warren (ACC-WRN)(DTA) ATTN: AMSTA-AQ-AMB, E Eleven Mile Road Warren MI
Zip Code: 48397-5000
 
Record
SN02490363-W 20110708/110706234553-3500112dc29bbb28abb9f2de62450557 (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.