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