Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 19,1995 PSA#1434

Naval Surface Warfare Center, White Oak Site, Carderock Division, 10901 New Hampshire Avenue, Silver Spring, MD 20903-5640

20 -- RUGGEDIZED OR MILITARY GRADE POWER SUPPLIES AND AMPLIFIERS SOL N00167-95-SS-4022 POC Kim Tatum, Contract Negotiator, Code 3324, (301) 394-3780/ Contracting Officer, Renee Cairo-Iocco. Sources are sought by the Naval Surface Warfare Center, Carderock Division, White Oak Site, (NSWCCD) to provide ruggedized or military-grade power supplies and/or power amplifiers for long-term experimental use on US Navy surface ship degaussing systems as follows. Power supplies intended for shipboard use must meet the following minimum salient features: (a) qualified to MIL-STD-l399, Section 300A (or similar commercial specifications) for operation on Type I 440 volt 3-phase delta ungrounded shipboard electric power; (b) fixed or selectable DC output voltage in the range of 75-150 volts DC; (c) continuous output rated current in the range 25-100 amperes (continuous output power in the range 1.8-15.0 kW); (d) operation at full rated current load at 40 degrees C with no derating. A mixture of power supply models across these ranges is desired due to the varied range of loads to be driven on a given ship. High-power switching bipolar current amplifiers are to be the intended loads for these DC power supplies. These current amplifiers will drive ship degaussing loop cables and are to have the minimum salient features: (a) continuous bipolar output current rating of approximately plus or minus 75 amperes; (b) capable of driving load resistances in the range of 0.05-1.2 ohms at continuous rated current; (c) capable of driving load inductances in the range of 0-100 millihenries; (d) power efficiency of 85% or greater; (e) unipolar DC input power in the range 75-150 volts; (f) DC-DC power conversion that provides isolation between the amplifier load and amplifier input power bus; (g) operation at full rated current load at 40 degrees C with no derating; (h) differential input programming signal voltage; (i) output current monitoring signal voltage; (j) output stage protection against power failure and large step changes in programming voltage. A computer-controlled digital-to-analog converter will generate programming voltages for the amplifiers; similarly, an analog -to-digital converter will read back and transmit amplifier monitoring signals. It is most desirabe to have one package house both the power supply section and one or more amplifier sections together in one chassis; however, potential suppliers of just power supplies or just amplifiers should respond to this announcement in the event system integration is performed in-house. The intended installation environment will be bulkhead mounting at ceiling level on-board a surface ship, so efficiency, weight and size will be strong evaluation factors in any solicitation(s) resulting from this announcement. Respondents should cite their experience in providing and/or integrating equipment of this nature, especially past sales to the Dept. of Defense. Refer to Synopsis Number N00167-SS-95-4022, including point of contact's name, mailing address, and telephone number. This proposed procurement is under SIC Code 3629. Firms should indicate their size status and whether they are a socially or economically disadvantaged business, a small business, and/or woman-owned business. The letter of interest and requested information must be submitted within thirty (30) days of this publication. Technical questions should be submitted to NSWCCD at least five (5) days before the deadline to prevent delays in responding to this synopsis. This synopsis is for information only, does not constitute an RFP, and is not to be construed as a commitment by the Government; however, it is the intent of the Government to issue an RFP in the near future. The proposed procurement will be a firm fixed price contract. Acknowledgement of receipt will not be made; however, respondents will be included in the mailing list for any RFP that may be issued, if applicable. The Government does not intend to award a contract on the basis of this notice or otherwise pay for any information solicited. The purpose of this sources sought is to identify potential responsible sources and status prior to solicitation. (0258)

Loren Data Corp. http://www.ld.com (SYN# 0147 19950918\20-0001.SOL)


20 - Ships and Marine Equipment Index Page