SPECIAL NOTICE
58 -- REQUEST FOR INFORMATION (RFI) � 440VAC Regulator
- Notice Date
- 3/16/2023 1:23:15 PM
- Notice Type
- Special Notice
- NAICS
- 334413
— Semiconductor and Related Device Manufacturing
- Contracting Office
- NSWC CRANE CRANE IN 47522-5001 USA
- ZIP Code
- 47522-5001
- Solicitation Number
- N0016423SNB56
- Archive Date
- 06/01/2023
- Point of Contact
- Jerry Bean, Phone: 8123817201, Kenneth Stopher
- E-Mail Address
-
jerry.c.bean2.civ@us.navy.mil, kenneth.r.stopher.civ@us.navy.mil
(jerry.c.bean2.civ@us.navy.mil, kenneth.r.stopher.civ@us.navy.mil)
- Description
- N0016423SNB56 � REQUEST FOR INFORMATION (RFI) � 440VAC Regulator � ���������� FSC: 5840 NAICS: 334413 Issue Date: 16 March 2023 � Closing Date: 17 April 2023 � 4:00 PM EST SECTION 1: BACKGROUND This is a Request for Information (RFI) issued by the Department of the Navy, Naval Surface Warfare Center, Crane Division (NSWC Crane), on behalf of the Aegis Program. The Government is conducting market research seeking industry inputs and interest for the procurement of a 440Vac Regulator. The 440vac Regulator output will be supplied to a high voltage transformer / rectifier / filter assembly for creation of regulated DC high voltage. �The basis for the 440vac Regulator is contained in the technical specifications listed in Section 3.� SECTION 2: GENERAL INFORMATION 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 this RFI, your response will be treated as information only.� It shall not be used as a proposal. (c) This RFI is issued as part of market research for a 440VAC Regulator.� This is NOT A SOLICITATION FOR PROPOSALS and no contract will be awarded from this RFI.� If a solicitation is issued in the future, it will be announced via SAM.gov and interested parties must comply with that announcement.� It is the responsibility of interested parties to monitor SAM.gov for additional information pertaining to this requirement.� Any small businesses that believe they can accomplish this entire requirement should indicate their small business status (see FAR Part 19) in their response. Questions regarding this announcement shall be submitted in writing via e-mail to the Contract Specialist�s email addresses.� Verbal questions will not be accepted.� Questions shall not contain classified information. SECTION 3: REQUIREMENTS OVERVIEW A brief overview of the notional 440Vac Regulator requirements are provided as follows: The 440 Vrms Regulator will consist of variable auto transformers which are motor driven and remotely controlled for use in a shipboard environment. The output of 440 Vrms Regulator will be supplied to a high voltage transformer / rectifier / filter assembly for creation of regulated DC high voltage. The nominal specifications are listed below. Input 440 Vrms � 10% L-L, 3 Phase, Delta (3 wire), 60 Hz Loss of any phase shall not cause damage Input voltage per MIL-E-16400 and MIL-STD-1399, Type 1 Output 440 Vrms � 10% L-L, 3 Phase, Delta (3 wire), 60 Hz Output shall be adjustable from 396 Vrms to 484 Vrms over the full range of input voltages at full load with minimal harmonic distortion Full load line current shall be 65 Arms maximum Phase B & C voltages shall be within �0.5% of phase A voltage Phase relationship between phases A, B & C shall be maintained Load power factor shall be 0.8 minimum lagging Output shall be adjustable to less than 5 Vrms with no load Shall withstand short circuit fault condition of 7.75% of full load impedance for a period of 50 ms Control Output Voltage shall be motor driven and remotely controlled Each motor operating the variable auto transformer shall operate from 115 Vrms � 10%, 1 phase, 60Hz per MIL-STD-1399, Type I at 0.4A maximum. Output shall change from 396 Vrms to 484 Vrms or from 484 Vrms to 396 Vrms in 8 � 1 seconds Raise command (24 Vdc �10%, 0.2 Adc maximum) Lower command (24 Vdc �10%, 0.2 Adc maximum) Repeatability of voltage output within �1% after adjustment Mechanical Maximum weight shall not exceed 850 lbs Total available area is ~18 cubic feet Rough size of 26� long x 24.5� wide x 55� high less room for another assembly of about 2 cubic feet. Environment Operating temperature of 0�C to +50�C Non-operating temperature of -62�C to +75�C Operating altitude of 0 to 4000 feet Non-operating altitude of 0 to 50,000 feet Operating vibration in accordance with type 1 of MIL-STD-167B except that upper frequency limit of 33 Hz shall apply for the endurance test variable frequency tests Operating shock in accordance with MIL-S-901, class 1, type A Salt spray in accordance with MIL-STD-202, method 101, test condition B with salt concentration of 5.0% Humidity up to 95% without condensation for intermittent and continuous operation Fungus in accordance with MIL-STD-810, method 508, procedure 1 Operating life of 5 years minimum Storage life of 5 years minimum SECTION 4: SUBMISSION OF RESPONSES Responses to this RFI should be submitted via e-mail to Jerry Bean, Contract Specialist at jerry.c.bean2.civ@us.navy.mil, and copy Kenneth Stopher, kenneth.r.stopher.civ@us.navy.mil and Brian Brinegar, brian.w.brinegar.civ@us.navy.mil. Contractors must be properly registered in the System for Award Management (SAM).� Respondents may obtain information on SAM registration and annual confirmation requirements by calling 1-866-606-8220 or via the internet at https://www.sam.gov.� SECTION 4.1: CONTENT Companies responding to this RFI should provide a response not to exceed ten (10) pages. Cover Sheet, Company Profile, Table of Contents, and List of Abbreviations and Acronyms are exempt from the page limit. A detailed proposal is not requested.� Responses should indicate sufficient detail for assessment of potential design architecture, strategies and company interest; submissions should be organized as follows: Cover Sheet: RFI number and name, Contractor�s name, Street Address (City, State, Zip Code), Business Size, Cage Code, Technical Point of Contact, with printed name, title, email address, telephone number, date, and announcement number N0016423SNB56 Table of Contents: Include a list of figures and tables with page numbers General response information List of abbreviations and acronyms Product line brochures, catalog excerpts, etc. may be submitted and referenced within the general capability statement and are exempt from the page limit. Responses should, at a minimum, address the following questions: What experience does your organization have in design, developing, and producing variable auto transformer 440 Vrms Regulators relative to this applications? What is the expected unit price of the 440 Vrms regulator outlined under this RFI in quantities of up to 1, 3, 10? Are you willing to provide variable auto transformers as components to be used within a 440 Vrms regulator? What is the expected unit price of the variable auto transformer to be used within a 440Vrms regulator outlined under this RFI in quantities of up to 3, 9, 30? How long does your organization estimate it would take to complete the notional scope of work contained in Section 3 of this RFI? What technical risks were identified in meeting the scope of work outlined in Section 3 of this RFI? Is there any additional information or input you would like to provide as it relates to the 440 Vrms regulator or variable auto transformers as outlined under this RFI? Respondents are solely responsible for properly marking and clearly identifying any proprietary information or trade secrets contained within their responses.� The Government will not be liable, or suffer any consequential damages, for any proprietary information not properly marked and clearly identified.� Proprietary information received in response to this RFI will be safeguarded and handled in accordance with applicable Government regulations. SECTION 4.2: CLASSIFICATION All materials submitted in response to this RFI should be UNCLASSIFIED. If a potential respondent believes submission of classified material is necessary or will provide a higher quality response, please contact Kenneth Stopher, kenneth.r.stopher.civ@us.navy.mil with a copy to the Contract Specialist, Jerry Bean at jerry.c.bean2.civ@us.navy.mil. SECTION 4.3: FORMATTING NSWC Crane will accept ONLY electronic unclassified submission of responses. Respondents to this RFI must adhere to the following details: Submissions shall be single spaced, typed or printed in Times New Roman font with type no smaller than 12-point font. Paper should be 8 1/2 x 11 inches with a minimum of 1 inch margins around the page. Any text contained within tables, graphs, etc. should be 8-point Times New Roman font or larger. Included files should be created/prepared using Microsoft Office 2010 compatible applications. Graphics, photographs, and other data that may not be compatible with Microsoft Office 2010 should be submitted in Adobe Acrobat format. Submitted electronic files should be limited to the following extensions: .docx Microsoft Word .xlsx Microsoft Excel .pptx Microsoft PowerPoint .pdf Adobe Acrobat .mmpx Microsoft Project Submitted electronic files should not be compressed.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/bc5a4fd054cb4843a250f4067a014c4c/view)
- Record
- SN06620542-F 20230318/230316230107 (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 |