MODIFICATION
A -- 67 Horsepower Submersible Motor System for Subsea System
- Notice Date
- 7/19/2012
- Notice Type
- Modification/Amendment
- NAICS
- 335312
— Motor and Generator Manufacturing
- Contracting Office
- Department of the Navy, Office of Naval Research, Naval Research Laboratory, 4555 Overlook Ave. S.W., Washington, District of Columbia, 20375
- ZIP Code
- 20375
- Solicitation Number
- NRL-12-GA02
- Archive Date
- 9/11/2012
- Point of Contact
- Grace A. Pennington, Phone: 2027670682
- E-Mail Address
-
grace.pennington@nrl.navy.mil
(grace.pennington@nrl.navy.mil)
- Small Business Set-Aside
- N/A
- Description
- This request for information (RFI) is issued by the Naval Research Laboratory (NRL) for information and planning purposes only. No awards will be made from the responses to this announcement. However, responses may be used to determine the appropriate acquisition strategy for a future acquisition. This RFI is for planning purposes only and shall not be construed as a Request for Proposal (RFP) or as an obligation on the part of NRL to acquire any product or services. The NRL does not intend to award a contract based on this RFI or otherwise pay for the information requested. Submission of a response to this RFI is voluntary. The voluntary submission of a response to this RFI shall not obligate the NRL to pay or entitle the submitter to any compensation. All information and data received in response to this RFI marked or designated as corporate or proprietary information will be protected as such. NRL is requesting information and a rough order of magnitude (ROM) estimate of cost for providing a nominal 67 HP shaft output direct drive motor system that retains full operational capability without any maintenance or personnel interaction while continuously submerged at a hydrostatic pressure of up to 10,000 psi for a period of no less than 70 days. This submersible motor system will operate from an expected input voltage range of 250 VDC to 315VDC with a nominal input voltage of 300VDC. The submersible motor system should operate efficiently at the following two operating points. 1. 103RPM, 156 ft-lbs torque, 3.1 HP 2. 309 RPM, 1095 ft-lbs torque, 60HP The delivered systems will include all components required for operation of the submersible motor systems, with power and overarching motor system control signals provided by the subsea system. This includes, but is not limited to: motor housed in submersible housing with active or passive pressure compensation, motor controller drive(s) electronics and amplifiers, submersible and pressure-tolerant cabling for power and control between control electronics and motor, pressure housing to contain control & drive electronics, mating connectors for power and control to transition from external cabling, through pressure housing(s) to internal electronic/electrical components. Internal testing will verify that the fully integrated system (motor, cabling, control electronics) meets specifications. Test accessories deemed necessary for performance of internal testing. Upon completion of testing, the motor system will be delivered to the government ready to be integrated into the subsea system, which will provide power and control. Provide on-site support to the government for integration of the motor system to the primary subsea system. The specifications referenced herein are export controlled under the International Traffic in Arms Regulations (ITAR). As such, to receive the referenced specifications, potential offerors must complete the Certification found in Attachment 1 with proof of status as a U.S. person (as defined in 22 C.F.R. Part 120.15) and submit via e-mail to Grace Pennington at grace.pennington@nrl.navy.mil. A draft copy of the Specification (Attachment 2) will be sent to each requestor upon confirmation of eligibility. The Specifications must be safeguarded and protected from unauthorized disclosure in accordance with applicable U.S. export control laws and regulations. Submersible Motor Systems Specifications, Quality Assurance provisions, and military and industrial specifications and standards applicable to this requirement are found in Attachment 2. Submissions Responses may be transmitted by e-mail to Grace Pennington, Contract Specialist, at grace.pennington@nrl.navy.mil in either Microsoft Word or pdf format. All responses shall be received on or before 27 Aug 2012, 12:00 noon, Eastern Standard Time (EST). If paper copies are sent, they must be received at NRL, 4555 Overlook Avenue SW, Washington, DC 20375-5320, ATTN: Grace Pennington, Code 3220GA. The package should be marked with the RFI number (NRL-12-GA02). The U.S. Postal Service continues to irradiate letters, flats, Express, and Priority Mail with stamps for postage and other packages with stamps for postage destined to government agencies in the ZIP Code ranges 202 through 205. Due to potential delays in receiving mail, offerors are encouraged to use alternatives to the mail when submitting responses. Other business opportunities for NRL are available at NRL's Web site at http://heron.nrl.navy.mil/contracts/rfplist.htm.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/ONR/N00173/NRL-12-GA02/listing.html)
- Place of Performance
- Address: Contractor facility., United States
- Record
- SN02808585-W 20120721/120720000115-fc1c6dbe67802b33b45cb0558f447efa (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 |