Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 24, 2018 FBO #5906
SPECIAL NOTICE

61 -- SOURCES SOUGHT - THERMAL BATTERY

Notice Date
1/22/2018
 
Notice Type
Special Notice
 
NAICS
#335912 — Primary 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
N0016418SNB45
 
Archive Date
3/14/2018
 
Point of Contact
Clifford Rogers, Phone: 812-854-5307
 
E-Mail Address
clifford.rogers@navy.mil
(clifford.rogers@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
N00164-18-S-NB45 - SOURCES SOUGHT - THERMAL BATTERY - FSC 6135 - NAICS 335912 Issue Date 23 JAN 2018 - Closing Date 27 FEB 2018 - Time 2:00 pm EST SPECIAL NOTICE - REQUEST FOR INFORMATION (RFI): Naval Surface Warfare Center (NSWC), Crane Division is interested in receiving information from design and production of a reserve, thermal type battery to meet their mission requirements for energy storage. This RFI is published to obtain information for use by NSWC Crane Division, for market research and planning purposes only; and is not a Request for Proposal, Invitation for Bid, or an announcement of a solicitation. There is no bid package or solicitation document associated with this announcement. This RFI is part of a continuous process for obtaining the latest information on the commercial status of the industry with respect to current and near-term abilities. Response 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 Government will arise as a result of preparing submissions in response to this RFI and the Government's use of such information. Although "proposal" and "offeror" are used in this RFI, your response will be treated as information only. It shall not be used as a proposal. Contractors must be properly registered in the Government System for Award Management database (SAM) and in the Joint Certification Program (JCP) in order to download any potential solicitation and attachments which may be issued. Offerors may obtain information on SAM registration and annual confirmation requirements by calling 1-866-606-8220, or via the Internet at www.sam.gov. Information about the JCP is located at https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx. It is requested that interested, experienced, qualified and potentially qualified sources submit a brief Industry Capabilities Statement demonstrating the capabilities and expertise required to perform the effort specified above and should include the following: Responses should not exceed six (6) pages and should be 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)General Thermal Battery Requirements: a)2 Sections, Flight Control and Avionics. b)Operating Life: 30 minutes minimum. c)Dimensional: 9" Diameter Max. 16" Length Max. d)Weight: 50 lbs Max. e)Avionics Section: 25-35 VDC, 10 Ahr. f)Flight Control Section: 180-263 VDC 5 Ahr, 250 A Pulses, 5 ms duration. g)Reserve thermal chemistry based on technology that has been approved for shipboard deployment. 2)A suggested submission organization: a)A cover letter (optional). b)A cover page labeled with the heading "Thermal Battery" 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 with respect to proposed thermal battery. 2.Background: Describe the manufacturing and / or design capabilities of your organization in detail. Describe any production history of a product that is similar to or meets the general requirements stated above. 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 DoD reserve battery technology. b.Identify your organizations experience with high voltage, long life (30 minutes) thermal batteries. c.Identify your organization's manufactured products that are currently fielded and by whom. d.Identify whether you have any existing designs developed that meet the basic requirements stated above or whether you have individual designs that could be packaged to meet those requirements. e.Intellectual property claims (if any). f.Explain how quality control is incorporated in your processes. g.Earliest availability for a technical demonstration or facility tour at no cost or risk to the government. 3)All responses should be given in PDF format and emailed to the technical points of contract: Mr. Steve Milah at steve.milah@navy.mil. The subject line of the email should read as follows "Reserve Storage Battery" Files too large for email can be sent via CD by the same response date to: Mr. Steve Milah Naval Surface Warfare Center, Crane Division 300 HWY 361, BLD 3235 Crane, IN 47522 Questions of a technical nature regarding this RFI may be sent to the following Technical Point of Contact: Mr. Steve Milah. 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" are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal Responses from Small and Small Disadvantaged Business firms are highly encouraged. Firms responding should indicate if they are a small business, a socially and economically disadvantaged business, 8(a) firms, historically black colleges or universities, and minority institutions. All information received in response to this notice that is marked proprietary will be handled accordingly. NSWC Crane Division makes no implied or in fact contracts by issuing this RFI. 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 and product samples submitted to this notice will not be returned. Telephone calls/questions or inquiries will not be accepted. Interested vendors should respond to the POC below by 27 February 2018, 2:00 pm EST. Based on the number of vendor interests and information received, the government may schedule further testing and user/operational evaluations. Electronic or hard-copy submissions will be reviewed if received by the closing date and time. All information marked as proprietary information will be safeguarded to prevent disclosures to non-governmental personnel and entities. Electronic submissions regarding this announcement may be directed to Mr. Clifford Rogers. Mr. Clifford Rogers may be reached via e-mail at: clifford.rogers@navy.mil, or via phone at 812-854-5307. Hardcopy submissions should be mailed to the following: Mr. Clifford Rogers, Code 0232, Bldg. 3373, NAVSURFWARCENDIV Crane, 300 Highway 361, Crane, IN 47522-5001. Please refer to announcement number N00164-18-S-NB45 in all correspondence and communication.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016418SNB45/listing.html)
 
Record
SN04795773-W 20180124/180122230756-1a070726597a06655a35ab9910fffd15 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.