SOLICITATION NOTICE
61 -- Cold Battery Energy Storage System (CCBESS)
- Notice Date
- 12/16/2020 7:39:25 AM
- Notice Type
- Presolicitation
- NAICS
- 335911
— Storage Battery Manufacturing
- Contracting Office
- W2R2 COLD RGNS RSCH ENG LAB HANOVER NH 03755-1290 USA
- ZIP Code
- 03755-1290
- Solicitation Number
- W913E521N3395
- Response Due
- 12/21/2020 10:00:00 AM
- Archive Date
- 01/05/2021
- Point of Contact
- Kim D Roberson, Phone: 2173733478
- E-Mail Address
-
kim.d.roberson@usace.army.mil
(kim.d.roberson@usace.army.mil)
- Description
- The U.S. Army Corps of Engineers (USACE), Engineer Research and Development Center (ERDC), Cold Regions Research Engineering Laboratory (CRREL) intends to award a contract on a sole source basis to SAFT America Inc upon the basis of the authority provided at FAR 13.106-1(b)(1). ERDC-CRREL�s Engineering Resources Branch in Hanover, NH requires a cold capable battery energy storage system (CCBESS) consisting of four (4) Xcelion 6T batteries (p/n 208309); four (4) Xcelion 6T ENERGY batteries (p/n 209188); and four (4) Xcelion Quick Start Kits to assess the operational capacity of the battery modules in extreme cold regions and identify needed technology improvements to meet Army readiness standards for extreme cold regions. Specifications: The following specifications are essential to support the Government�s research and to inform a longer-term body of research investigating cold regions performance and capabilities of CCBESS battery modules for other DoD applications: � � �1.� Battery Module General Specifications � � � � � a)��An energy capacity of at least 1500 W � � � � � b)��24 V DC output voltage � � � � � c)��Maximum continuous discharge of at least 200 A for an energy module � � � � � d)��Maximum continuous discharge of at least 400 A for a power module � � � � � e)��Maximum pulse discharge of at least 3000 A for a power module � � � � � f)� �At least 600 A cold cranking amps (CCA) at -18 �C for an energy module � � � � � g)��At least 1100 A CCA at -18 �C for a power module � � � � � h)��At least 300 A CCA at -40 �C for an energy module � � � � � i)��At least 400 A CCA at -40 �C for a power module � � � � � j)��Ability to be configured into battery array � � �2.� Operational characteristics � � � � � a)��Operational temperature range of at least -40 �C to +60 �C (-40 �F to +140 �F) � � � � � b)��Storage temperature range -45 �C to +70 �C (-49 �F to +158 �F) � � � � � c)��Humidity range 5% to 95% (non-condensing) � � �3.� Size/Weight � � � � � a)��Unit dimensions 9� x 10� x 11� � � � � � b)� Unit weight should permit reasonable mobility of unit (<50lbs) � � �4.� Electrical interface � � � � � a)� Compatible with MIL-STD-1275E power bus � � � � � b)� Communicates over J1939 CAN Bus protocol SAFT America Inc�s Xcelion 6T power module and Xcelion 6T-E energy module system have been identified as the only battery module systems capable of meeting the Government�s requisite specifications. The Government seeks unique energy sources for extreme cold region applications that meet readiness standards prior to deployment to ensure that reliable and resilient technologies are available to support mission success. �SAFT America�s Xcelion 6T technology is the only technology with a reasonable demonstration of potential to function reliably in extreme cold regions climates. �Specifically, the capability to operate and be stored in temperatures ranging from -40 �C to +60 �C (-40 �F to +140 �F) and -45 �C to +70 �C (-49 �F to +158 �F), respectfully, and in humidity levels ranging from 5% to 95% (non-condensing). �Further, the size of the system is sufficient to be mobile (e.g., approximate dimension dimensions 9 inches x 10 inches x 11 inches and weight <50 lbs). �Additionally, acquisition of this system supports the initial phase of longer-term planned research efforts, which will assess the performance and potential of the battery modules and identify needed technology improvements to meet Army readiness standards for cold regions.� The associated North American Industry Classification System (NAICS) code is 335911, which has a size standard of 1,250 employees. This Notice of Intent is not a request for competitive quotations. �However, interested parties may identify their interest and capability to respond to this requirement. Any interested party that believes they can fulfill this requirement should submit a capability statement to be reviewed. All submissions will be considered, however there is no guarantee that submissions in response to this notice will in any way alter the Government's acquisition strategy. Responses to this notice shall be submitted NLT 12:00 PM CST, 21 December 2020 to kim.d.roberson@usace.army.mil. Telephone responses will not be accepted. Responses to this notice will not be considered as a response to any solicitation, a request to be added to a prospective offerors list, or to receive a copy of any solicitation. �A determination by the Government not to compete the contract based upon responses to this notice is solely within the discretion of the Government. �Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. Note: In order to be eligible for award of a Government contract, vendors must be actively registered in the System for Award Management (SAM), have no active exclusions, and complete the FAR and DFARS representations and certifications. �
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/e6f4788c4bfe4b07855a1ebf29ac65eb/view)
- Place of Performance
- Address: Hanover, NH 03755, USA
- Zip Code: 03755
- Country: USA
- Zip Code: 03755
- Record
- SN05875793-F 20201218/201216230150 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |