SPECIAL NOTICE
99 -- MARKET SURVEY #TAR-AMPS-05-1 Combat Vehicle Electrical Power Management
- Notice Date
- 10/19/2004
- Notice Type
- Special Notice
- Contracting Office
- TACOM - Warren Acquisition Center, ATTN: AMSTA-AQ-AMB, E Eleven Mile Road, Warren, MI 48397-5000
- ZIP Code
- 48397-5000
- Solicitation Number
- USA-SNOTE-041019-001
- Archive Date
- 12/18/2004
- Description
- THIS IS A MARKET SURVEY REQUESTING INFORMATION IN SUPPORT OF THE FOLLOWING POTENTIAL REQUIREMENT. No contract will be awarded from this announcement. This is not a Request for Proposal (RFP) or an announcement of a forthcoming solicitation, nor is i t a request seeking contractors to be placed on a solicitation mailing list. Response to this survey is voluntary and no reimbursement will be made for any costs associated with providing information in response to this market survey and any follow-on inf ormation requests. Data submitted in response to this market survey will not be returned. No solicitation document exists at this time, and calls requesting a solicitation will not be answered. The U.S. Army Tank automotive and Armaments Research, Development, and Engineering Center, Electronics Architecture Team requests Remote Power Management information for the Advanced Mobile integrated Power System (AMPS) Science and Technology Objective (STO). This information may be used for the evaluation and prototyping of a Smart Power Architecture for ground combat vehicles. The vehicular power system of current army vehicles has been taken for granted. The systems were designed to fit only a single production iteration of the vehicle. The ability to efficiently and cost effectively reengineer the power system for additional iterations or variants does not exist today. While current vehicles have replaceable parts, they are not a one for one part replacement/exchange through out the system. Future Vehicles will require a modular power system. New subsystems will require higher power density and multiple operating voltages through out the system. Army soldiers require longer silent watch durations, in which the engine is not running, while st ill maintaining an array of functional subsystems. While it is important that the modules themselves are interchangeable it is also important that the placement of power bus be flexible. It is essential that placement of the remote modules not be constrai ned by a big bulky power cables that must be accommodated by the placement of other components inside the vehicle. ? POTENTIAL REQUIREMENT FOR Advanced Mobile Power Systems power bus structure: The power bus must be able to support multiple voltages. The power bus must include a ground return and not rely on the chassis as the return path. The power bus must be able to handle up to 400A continuous over the entire expected voltage range of 14V 4 2V. The power bus must be able to handle Military specifications for shock, vibration, temperature, and corrosion. The power bus must allow for easy placement of modules and replacement of sections of the power bus. RATIONALE: Provides for commonality of power bus segments. Although each family of combat vehicles are structured differently, from a logistics stand point a common bus increases maintainability. This bus structure will allow smooth transitions from 28V to 42V as p arts become common. POTENTIAL REQUIREMENT FOR Advanced Mobile Power Systems remote switching module: The remote switching power module must be modular in design. The remote switching module must be able to operate at 14V, 28V, and 42V. The output state (on, off) must be controllable remotely. The status of each load (on, off, opened, shorted) of the modul e must be available remotely. The Trip current must be programmable and remotely reset-able. The power module must protect against short circuits. The module must have the ability to parallel load outputs for high current applications. RATIONALE: Provides for modular power distribution. Provides the ability to migrate high current loads to 42V bus. Provides the ability to intelligently manage loads and provide graceful load shedding. The remote status provides the ability to perform diagnostics and prognostics. RESPONSES DUE: Responses to the Market Survey are requested no later than November 23, 2004. RESPONSE FORMAT(S ): ELECTRONIC. Electronic responses are preferred and strongly encouraged. It is requested that electronic responses be provided in any of the following format: Microsoft word, Microsoft Excel and Microsoft PowerPoint, Adobe Portable Document Format. If c ompression needs to be used please use tgz. The maximum size of each e-mail message should be no more than three and one-half (3.5) megabytes. You may use multiple e-mail messages. The subject line must include message 1 of 3, 2 of 3, 3 of 3, etc., as wel l as [Organization Name] response to TAR-AMPS-05-1]. All interested entities (e.g. companies, non-profit organizations, and academic institutes), regardless of size, are encouraged to respond to this request for information. Partnering with other entit ies to collaborate and provide the maximum amount of capability for this endeavor is encouraged. Please submit electronic responses to survey as well as industry questions for clarification to Eric Jochum via email at eric.jochum@us.army.mil. All questions for clarification and responses to those questions will be posted to PROC-NET (http://contracti ng.tacom.army.mil/ssn/sources.htm) Market Survey TAR-AMPS-05-1. GENERAL INFORMATION: If appropriate, you may mark any document or information submitted as Proprietary. We appreciate you interest and thank you in advance for your participation in this market survey. MARKET SURVEY TAR-AMPS-05-1 - QUESTIONNAIRE FOR COMBAT VEHICLE ELECTRICAL POWER MANAGEMENT 1. Name and address of your firm and a point of contact and phone number. Name of Firm: Point of Contact Name: Telephone Number: Address: City, State, Zip Code: Email address: Web site: 2. In the event you would use subcontractors to meet any of our major requirements, please provide the same information as 1 above for any major subcontractor. 3. Do you have a current commercial off-the-shelf product that can meet these requirements? 4. Will any of our requirements result in major changes to your commercial product? Please describe the change(s) required to your commercial product line to meet the Governments performance requirements. How much cost will these major changes add to yo ur basic product cost? Please explain, in general terms. 5. Are the requirements specified normal for this product line? What requirements, if any, need to be clarified? Are any requirements considered too restrictive, not achievable or cost-prohibitive? Are there any enhancements that could or should be add ed to the scope? 6. What is normally included with the product (manuals, interface documents) 7. Please indicate your small business size status, Standard Industrial Classification (SIC) Code and Commercial and Government Entity (CAGE) Code. 8. Please describe all contracts you have had with the federal government within the last (3) years relative to this type of equipment. Please provide the following information for each contract: Contract No.: Contracting Agency: What was delivered under this contract? Principle Contacting Officer Name and phone number: 9. Please estimate what would be your shortest expedited production/delivery schedule versus your normal schedule required to complete all of the equipment. 10. What is your turnaround time to provide technical support?
- Web Link
-
TACOM - Warren Acquisition Center
(https//:contracting.tacom.army.mil)
- Record
- SN00695998-W 20041021/041019211918 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |