MODIFICATION
61 -- Uninterruptable Power Supplies (UPS) - RFI
- Notice Date
- 10/29/2018
- Notice Type
- Modification/Amendment
- NAICS
- 335999
— All Other Miscellaneous Electrical Equipment and Component Manufacturing
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
- ZIP Code
- 08733-5083
- Solicitation Number
- N68335-19-RFI-0043
- Archive Date
- 11/23/2018
- Point of Contact
- Duane M. Hines, Phone: 7323234831
- E-Mail Address
-
duane.hines@navy.mil
(duane.hines@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- RFI Request for Information (RFI) Uninterruptable Power Supplies (UPS) Ship & Air Integrated Warfare (SAIW) Naval Air Warfare Center Aircraft Division ______________________________________________________________________________ RFI Number: N68335-19-RFI-0043 Classification Code: 6130 - Converters, Electrical, Nonrotating NAICS Code(s): 335999 - All Other Miscellaneous Electrical Equipment and Component Manufacturing REQUEST FOR INFORMATION PURSUANT TO FAR 15.201(e) - THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, the government is not at this time seeking proposals and will not accept unsolicited proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party's expense. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Failure to respond to this RFI does not preclude participation in any future associated RFP that may be issued. BACKGROUND/PURPOSE/TECHNICAL REQUIREMENTS The Naval Air Warfare Center Aircraft Division (NAWCAD), Ship & Air Integrated Warfare (SAIW) is soliciting information and comments from industry on its ability to provide a non-developmental or Commercial Off The Shelf (COTS) uninterruptable power supplies. UPSs are electrical devices that provide emergency power to a load when the input power source or main power fails. These specific UPSs will be used in the Fire Scout Unmanned Aerial System (UAS) Mission Control System (MCS) RESPONSES Requested Information Section 1 of the response shall provide administrative information, and shall include the following as a minimum: • Organization name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and name and e-mail of designated point of contact. • Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUB Zone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business). Section 2 of the response shall provide technical information, and shall include the following as a minimum: • Interested parties shall respond with existing capabilities or products that meet all or a subset of the aforementioned attributes. Reponses that include information detailing potential tradeoffs or alternative solutions is encouraged. • Respondents should provide a detailed description of closely their solution matches the following requirements: AC OUTPUT: • Output voltage: 120 VAC true sinewave • Output rating: UPS 2000 VA, 0.65-0.75 pf • Output voltage regulation: ± 3.0% static regulation of nominal, ± 4.0% dynamic (0 to 50% load step) • Overload surge capacity: 110% for 10 minutes; 125% for 30 seconds • Harmonic distortion: Less than 5.0% into 100% non-linear load • Output frequency: 60 or 50 Hz ± 2.5% synchronized to utility, ± 1.0% utility not available, 400 Hz optional AC INPUT: • Input voltage selection: 120 VAC, optional inputs up to 600 VAC, 400 Hz • Input voltage tolerance: +15% -25% of nominal input rating • Input/output isolation: Up to 120 dB noise attenuation • Input transient suppression: Meet or exceed ANSI C62.41 1980, IEEE 587 and UL 1449 • Input power connection: AMP CPC Type XII locking. Others optional. BATTERY: • Type: Maintenance free immobilized electrolyte, 72 VDC, flame retardant materials (Oxygen Index 28+) • Battery life: Rated for continuous service life of 5 years DISTRIBUTION PANEL • Output circuits: Six outputs • Thermal and remote interlock on/off safeties • Output receptacles: IEC320-15R with cable locks MECHANICAL • Dimensions (H x D x W): 5.25" x 23.5" x 19.0" (133 x 597 x 483 mm) • Mounting Slides: Jonathan or General Devices patterns • Unit weight: Not to exceed 115 lb. (52 kg) • Lift handles front and rear • Audible noise: Less than 47 dB @ 5.0 ft., ANSI "A" scale • Cooling type: High capacity, positive pressure, forced air • Cooling air direction: Rear intake; exhaust to front or sides • Air intake filter: Washable metal filter media STANDARDS • MIL-STD 810 (shock) • MIL-STD 454 (vibration) • MIL-STD 1399 (electronic equipment) • MIL-STD 461 (electromagnetic compatibility) Due to the current state of development of the Fire Scout UAS MCS, the cost for testing and certification to MIL-STD 810, MIL-STD 454, MIL-STD 1399, and MIL-STD 461 are the responsibility of the potential contractor. • If applicable and able, respondents shall include a list of Department of Defense (DoD), Department of Justice (DoJ) or Department of Homeland Security (DoHS) programs of record that currently employ their solution. It would be helpful if a sponsor POC for each program, with email address and phone number could be identified. • The Government is interested in receiving vendors' price lists for items they believe meet the need in this RFI. Supplying price data does not imply a contractual obligation and must be provided and marked as PRICE DATA. • Respondents should include a list of authorized distributors. ADDITIONAL INFORMATION In response to this RFI, respondents shall submit written responses, not-to-exceed ten (10) pages in length via electronic mail. Product specification, sketches, or listings of authorized distributors will not count toward the page limitation. The Government is interested in identification of long lead items(s), sub-systems(s), or systems(s). The Government does not intend to award a contract on the basis of this request or to otherwise pay for the information solicited. Proprietary information will be safeguarded in accordance with the applicable Government regulations. All information received in response to the RFI that is marked PROPRIETARY will be handled accordingly. The Government will not be liable for or suffer any consequential damages for any proprietary information not properly identified. Responses to this RFI will not be returned. Respondents will not be notified of the result of the review. Failure to respond to this RFI does not preclude participation in any future associated RFP that may be issued. Information provided in no way binds the government to solicit or award a contract. If a solicitation is released, it will be synopsized on the Federal Business Opportunities website: www.fbo.gov. It is the potential vendor's responsibility to monitor this site for the release of any follow-on information. HOW TO RESPOND Interested parties are requested to respond to this RFI with a PDF Document Format. Responses shall be limited to 10 pages and submitted via e-mail only to duane.hines@navy.mil. Proprietary information, if any, should be minimized and must be clearly marked. Responses are due no later than 8 November 2018 @4:00PM Eastern. Responses to this RFI will not be returned. Respondents will not be notified of the result of the review. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOps) website: www.fbo.gov. It is the potential vendor's responsibility to monitor this site for the release of any follow-on information.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-19-RFI-0043/listing.html)
- Place of Performance
- Address: NAVAIR NAWCAD, Hwy 547 Building 120, Lakehurst, New Jersey, 08733, United States
- Zip Code: 08733
- Zip Code: 08733
- Record
- SN05136935-W 20181031/181029230524-660b40b720bfb5133a8380d676071b97 (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 |