SPECIAL NOTICE
61 -- NON-PROPAGATING LI-ION BATTERY
- Notice Date
- 4/21/2016
- Notice Type
- Special Notice
- NAICS
- 335911
— Storage Battery Manufacturing
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NSWC Crane Division, 300 Highway 361, Building 3373, Crane, Indiana, 47522-5001, United States
- ZIP Code
- 47522-5001
- Solicitation Number
- N0016416SNB72
- Archive Date
- 5/25/2016
- Point of Contact
- Jolynn Slaven, Phone: 812-854-8466
- E-Mail Address
-
jolynn.slaven@navy.mil
(jolynn.slaven@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- NON-PROPAGATING LI-ION BATTERY - N00164-16-S-NB72- FSC 6140- NAICS 335911 - Issue Date: 20 April 2016 Closing Date: 10 May 2016 14:00 EDST REQUEST FOR INFORMATION (RFI): The United States Government (USG) is issuing this RFI announcement as part of a market survey in accordance with FAR 15.201(e). Naval Surface Warfare Center (NSWC) Crane is seeking information with regard to non-propagating li-ion batteries. The USG is conducting a market survey to determine if sources exist for manufacturing lithium ion battery packs. Particular designs of interest for this RFI may fall into 2.0 - 3.5 kWhr, 28.8VDC nominal; with the ability to be ruggedized for expeditionary use. Per Federal Acquisition Regulation (FAR) 52.215-3 Request for Information or Solicitation for Planning Purposes (Oct 1997): a) The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation. b) Although "proposal" and "offeror" may be used in the Request for Information, your response will be treated as information only. It shall not be used as a proposal. c) This solicitation is issued for the purpose of: determining if sources exist for manufacturing of lithium ion battery packs. The United States Navy and Marine Corps require safe and cost effective energy storage solutions to meet their mission requirements. The nature of military missions, operating environments and safe transportation (Naval shipping and storage) as well as the amount of energy required to execute those missions drives many requirements that may differ significantly from those of commercial applications. Accordingly, the United States Navy and Marine Corps have implemented stringent testing and certification processes that characterize the results of failures of individual batteries based upon their intended operational use. Because this testing is specific to individual designs and use scenarios, even once authorized for use, a battery design may require additional testing to gain authorization for use in another application. Traditionally, large batteries for military applications have been designed and manufactured specifically for those applications. It is acknowledged that with the current state of cell material, design, and manufacturing that completely eliminating the possibility of a single energetic cell failure during the life of a population of product is not possible. Because of packaging limitations and energy density requirements it is often the case that a single energetic cell failure will fully propagate throughout the battery leading to a potentially catastrophic result. These reasons have driven the United States Navy and Marine Corps to request a scalable, common battery module design, safe for Navy shipping, storage and charging with the goals of reducing cost and improving safety by utilizing commercially available high production volume cells while implementing battery system designs that provide the ability to survive single cell energetic failures. It is intended that the technical data package shall be maintained and provided by the government. Interested parties are strongly encouraged to submit an initial synopsis (commonly referred to as "white paper"). Any response received after the closing date will also be considered but may not be included in initial reporting or assessments. All responses should be given in PDF format and should not exceed six (6) pages (exclusion of supporting information such as commercial literature, catalogues, manuals, etc.), typed in 12-point Times New Roman font, single spaced, with 1-inch margins. All information received in response to this RFI that is marked proprietary will be handled accordingly. 1) A suggested white paper submission organization: a) A cover letter (optional). b) A cover page labeled with the heading "Non-Propagating Li-Ion Battery RFI Submission" including the organization, organization's address, and technical point of contact with telephone number and email address. c) No more than five (5) pages including: 1. Objective: Clear and concise statement of the manufacturing and / or design capabilities of your organization. 2. Background: Describe the manufacturing and / or design capabilities of your organization in detail. 3. Characteristics, specifications, and certifications your organization holds as related to the capabilities, interests/focus items above, to include the below as applicable: a. Description of the level of maturity of the manufacturing capability and experience with li-ion battery pack manufacturing. b. Technology readiness levels of non-propagating designs. c. Identify your organization's manufactured products that are currently fielded and by whom. d. Intellectual property claims (if any). e. Explain how quality control is incorporated in your processes. f. Earliest availability for a technical demonstration at no cost or risk to the government. d) Level of interest to participate in a government sponsored Industry Day. No cost or pricing information should be provided. Any received will be deleted and destroyed. Industry Day: If deemed to be in the best interest of the government, an Industry Day regarding the topic of this RFI may be hosted at NSWC Crane at a later date. If held, the details of the Industry Day will be communicated to all interested parties. All responses shall be unclassified. All assumptions, including any assumed USG support, shall be clearly identified. All proprietary and restricted information shall be clearly marked. All information marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities. Acknowledgement of receipt of responses will not be made, nor will respondents be notified of the NSWC Crane's view of the information received. Do not send any material that requires a non-disclosure agreement or identify information that is business sensitive. Responses to this notice will not be returned. This announcement does not constitute an Invitation for Bids (IFB), a Request for Quote (RFQ), or a Request for Proposal (RFP) and it should not be construed as a commitment of any kind by the Government to issue a formal solicitation or ultimately award a contract. Responses to this notice cannot be accepted as offers. The USG is in no way liable to pay for or reimburse any companies or entities that respond to this announcement. Any costs incurred by interested companies in response to this announcement will NOT be reimbursed. Nothing in this announcement constitutes an obligation on the part of the USG. Any information provided that is marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities. Information provided will not be returned to contractors. The USG may elect to visit, or host a visit, from any potential sources following the market survey. Your interest in this program is appreciated. Information may be submitted by any USG or non-governmental entity including commercial firms, non-profit organizations, and institutions of higher education with degree-granting programs in science and/or engineering (universities), or by consortia comprising such concerns. The Crane Division encourages participation by small business, small disadvantaged business, HUB Zone small business, woman-owned small business, veteran-owned small business, and historically black colleges and universities. Responding to this RFI is strictly voluntary and will not affect any potential offeror's ability to submit an offer if a solicitation is released. No entitlement to payment of direct or indirect costs or charges by the USG will arise as a result of preparing submissions in response to this RFI and the USG's use of such information. If a formal solicitation is generated at a later date, a solicitation notice will be published. All information provided becomes USG property. Your interest in this response is appreciated. All interested parties should provide the requested information regarding this announcement no later than 1400 EDST on or before 10 May 2016, at the Naval Surface Warfare Center, Crane Division. White papers may be submitted any time prior to expiration of this announcement. Submittals after this date will still be accepted, although there is no guarantee they will be evaluated. The following e-mail point of contact is provided for information regarding technical programs/technologies of interest with the warfare areas supported by the NSWC Crane Energy, Power & Interconnect Technologies Division and for submission of white papers: Mr. Steve Milah (email: steve.milah@navy.mil ) and NSWC Crane Contracting Office point of contact is Ms. Jolynn Slaven (email: jolynn.slaven@navy.mil. Please refer to the announcement number in all correspondence and communications.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016416SNB72/listing.html)
- Record
- SN04092330-W 20160423/160421235412-676603099a6abb54fbed8afeb8bfc4a9 (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 |