Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 21, 2017 FBO #5872
DOCUMENT

59 -- Market Survey / Request for Information: Direct Current Back-Up System (DC BUS) Power Supply - Attachment

Notice Date
12/19/2017
 
Notice Type
Attachment
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AAQ-310 WA - FAA Headquarters (Washington, DC)
 
Solicitation Number
28778
 
Response Due
1/5/2018
 
Archive Date
1/5/2018
 
Point of Contact
Robert Taylor II, robert.c.taylor-ii@faa.gov, Phone: 202-267-4434
 
E-Mail Address
Click here to email Robert Taylor II
(robert.c.taylor-ii@faa.gov)
 
Small Business Set-Aside
N/A
 
Description
*** This Amendment 0001 provides notification that all interested parties responding to this market survey must comply with the FAA Acquisition Management System (AMS) clauses 3.6.4-2, Buy American Act Supplies and 3.6.4-5 Buy American - Steel and Manufactured Products (July 2010). Full text for these clauses can be located at www.conwrite.faa.gov. *** Background: In accordance with Federal Aviation Administration (FAA) Acquisition Management System (AMS) Policy 3.2.1.2.1 - this announcement is to conduct a Market Survey/Request for Information for the purpose of soliciting information and capabilities from interested vendors to provide the FAA with a Commercial Off-The-Shelf (COTS) solution for a Direct Current Back-Up System (DC BUS) power System. The FAA may use the information resulting from this Market Survey as the basis for requests for one-on-one discussions with industry, or to plan one or more vendor industry days. The nature of the competition has not been determined. The FAA will evaluate the responses to this Market Survey and will make further acquisition decisions based on those responses. This Market Survey conveys the potential agency need for, and seeks technical information on, DC BUS equipment functional capabilities. Responses will assist the FAA in further developing its acquisition strategy for DC BUS equipment. All information provided in response to this Market Survey may be subject to release under the Freedom of Information Act (FOIA). Information considered proprietary or confidential must be clearly marked as such. Any information not identified as proprietary or confidential will be used at the FAA s discretion and may be publicly released without further FOIA disclosure review by the FAA or respondent(s). PURPOSE: The primary goal of this Market Survey is to: 1. Obtain current DC BUS technical information for consideration against current and future FAA National Airspace System (NAS) facility requirements. 2. Obtain current Alternative Energy options (wind, solar, etc.) for consideration against current and future FAA NAS facility requirements. STATEMENT OF NEED: The Federal Aviation Administration (FAA) has a requirement for the acquisition and life cycle in-service support of 24-volt Direct Current Back-Up System (DC BUS) power supplies. The intent is to acquire Commercial Off-The-Shelf/Non Developmental Item (COTS/NDI) equipment. Given that NAS radio facility loads, runtimes, and available space can vary, the FAA is interested in modular systems that utilize common architecture and equipment that can be configured as small, medium, or large systems based on site-specific requirements. All system configurations would need to provide redundancy. System training and technical support needs should be common and should not vary from one configuration to another. A DC BUS is required to provide conditioned, uninterruptible electrical power to support electronic equipment and air-to-ground radio communication equipment. The DC BUS shall supply fully conditioned and continuous power during normal operations, and be capable of providing continuous rated power during loss or interruption of input AC power by using power stored in the battery bank. Perspective vendors are asked to provide the following information, including but not limited to, on the technical capability of their product(s). 1.AC Input Voltage 2.DC Output Bus Current 3.Rectifier/Charger Redundancy 4.DC Ripple Voltage (AC ripple riding on DC output) 5.Automatic switching time between rectifiers and back to utility power. 6.Operating ambient temperature 7.AC to DC Efficiency, at rated input and output voltage, with batteries fully charged. 8.Output Voltage Transient Recovery. 9.Inverter Output Power (120 volts AC) 10.Bypass around the inverter(s) and rectifier, connected to DC BUS distribution cabinet and to the output of the inverter(s) that will automatically switch when either the inverter fails or DC bus voltage reaches discharge limit of battery string; automatic bypass switching time in milliseconds. 11.Converter output voltages and current. 12.Electromagnetic Interference. System effect on Amplitude Modulation (AM) radio equipment operating in the following frequency ranges: VHF, 115 to 130 MHz; and UHF, 320 to 370 MHz. 13.Remote Monitoring 14.Physical Dimensions. 15.Distribution Panel 16.Battery Type(s) Available (Lead-Acid, Lithium Ion, NiCad, etc) 17.Battery Runtimes 1, 4, 24 hrs, 36 hrs, 72 hrs. 18.Warranty 19.DC BUS equipment that can incorporate alternative energy options. The survey is not to be construed as a Screening Information Request (SIR), nor Request for Offer (RFO). As such, the FAA will not accept unsolicited proposals and assumes no liability for any cost associated with the submission of responses to the survey. INFORMATION REQUESTED: All interested sources are invited to respond to this announcement by providing their DC BUS equipment technical capabilities and equipment configuration, as detailed above. See Attachments 1 and 2 below. Interested sources are requested to provide validation of their ability to meet the requirements identified in Section C.3.2, Software Quality Assurance. Specifically, The Contractor must develop and implement a software quality assurance program aimed at comprehensively eliminating software bugs. Interested sources are also requested to provide validation of their ability to meet the requirements of Section C.3.3.1.2, DCBUS Software/Firmware, which states, The FAA must have full and complete data rights to all DCBUS system software, system firmware and all supporting documentation. QUALIFICATIONS INFORMATION: Capability to manufacture and supply DC BUS equipment and supporting software. COMMENT SUBMISSIONS: Preferred Format: Electronic Quantity: 1 set Address: robert.c.taylor-ii@faa.gov OR: Address: Robert C. Taylor II AAQ-310 Office 402 800 Independence Ave, SW Washington DC, 20591 NOTE: Electronic submission is preferred. The electronic submission should be in either Microsoft Word format or in portable document file (pdf) format. Please note that the FAA e-mail server restricts file size to 10MB per email message; therefore responses may have to be submitted in more than one e-mail in order to be received. This notice is for informational purposes only and should not be construed as a request for proposal or as an obligation on the part of the FAA to acquire these services. All submissions must be received 2:00 p.m. Eastern Time on January 5, 2018. For questions or requests for additional information regarding this announcement, contact Robert C. Taylor II via e-mail at: robert.c.taylor-ii@faa.gov. Submissions must include company point(s) of contact, telephone number(s), FAX number(s), e-mail address(es) and mailing address. The FAA reserves the right to answer some, all, or none of the submissions provided in response to this announcement. The FAA additionally reserves the right to provide responses publicly or privately to those making the submission. The FAA will not be liable for any costs associated with the preparation of responses to this Expression of Interest, nor reimburse or otherwise pay any costs incurred by any party responding to this announcement. Responses will not be returned. No solicitation exists at this time. If a solicitation is issued, it will be announced on the FAA s Contract Opportunities web page. It is the offer s responsibility to monitor this site for the release of the solicitation. If you're viewing this announcement from a source other than Federal Aviation Administration Contract Opportunities (FAACO), visit https://faaco.faa.gov/index.cfm/announcement/view/28838 to view the original announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/HQ/28778/listing.html)
 
Document(s)
Attachment
 
File Name: Attachment 2 Draft DC BUS Att J.1 Specification 110217 (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/84589)
Link: https://faaco.faa.gov/index.cfm/attachment/download/84589

 
File Name: Attachment 1 Draft DC BUS Section C Statement of Work (SOW) 110217 (docx) (https://faaco.faa.gov/index.cfm/attachment/download/84590)
Link: https://faaco.faa.gov/index.cfm/attachment/download/84590

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04771537-W 20171221/171219231652-f92374714a788daed33a774aeaab8cc9 (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.