|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 20,1997 PSA#1806Army Research Laboratory, ALC Procurement Division, ATTN:
AMSRL-CS-AL-PC, 2800 Powder Mill Road, Adelphi, MD 20783-1197 A -- FY97-ARL BAA AMENDED SYNOPSIS SOL DAAL01-97-R-ARL SOL
DAAL01-97-R-ARL POC Karen Wishnow, ARL BAA Coordinator, (301) 394-3690,
kwishnow@arl.mil. FY97 ARL Broad Agency Announcement -- Amendment 5 --
This amendment is to announce that the U.S. Army Research Laboratory
is soliciting proposals for "Low Cost Rechargeable Alkaline Zinc
Manganese Dioxide Batteries". Amendment 5 is available in its entirety
on the ARL homepage (http://w3.arl.mil/baa) BACKGROUND: The Army needs
low cost rechargable batteries to replace a significant quantity of
general purpose Army primary batteries (e.g. BA-5590) which are used to
provide power to an increasingly wide range of Manportable electronics
equipment. Low cost batteries such as rechargeable alkaline zinc
manganese dioxide (rechargeable alkaline) offer the potential for
achieving a significant reduction in life cycle cost (i.e. 10 times or
greater). Rechargeable alkaline zinc manganese dioxide batteries may
also offer an advantage in low power Army equipment currently using
secondary batteries such as the BB-590 Nickel Cadmium battery due to
lighter weight, better storability and lower initial cost. The U.S.
Army Research Laboratory, Sensors and Electron Devices Directorate, is
interested in receiving proposals for the study, development and
delivery of 20 each prototype rechargeable zinc manganese dioxide
alkaline cells of a wound cell construction, 20 each prototype
batteries that are the rechargeable alkaline performance equivalent of
a BA-5590 battery and 5 prototype battery chargers and 5 prototype
cell chargers for charging the prototype cells and batteries. The wound
cell construction is considered for improved rate capability due to the
high electrode surface area. Proposed programs should be aimed at
advancing the rechargeable alkaline spiral wound technology. Topics of
interest include: hydrogen gassing resulting from the zinc corrosion
in the high area electrode design; zinc corrosion rates as a function
of substrate area and substrate alloy or coating; the effect of
corrosion inhibitors both organic and inorganic; the effect of
electrode processing on cell performance; the effect of electrode
balance and thickness on cycle life and rate capability, the effect of
depth of discharge on cycle life in the spiral wounds design.
Proposals for the delivery of low cost rechargeable alkaline must
include provision for the test and evaluation of cell and battery
objectives and should consider a rechargeable alkaline equivalent of
the BB-590/ U Nickel Cadmium and BA-5590/U Lithium Sulfur Dioxide
Batteries because of their large quantity usage within the Army. (Note:
BB-590/U and BA-5590/U requirements are contained in MIL-B-4936 and
MIL-B-49430, respectively). Proposals should identify an optimum cell
size for constructing the BB-X590 prototype deliverables based on cost,
performance and size of the 590 battery case. This could be a size A or
a modified size C cell. Proposals for the delivery of a prototype
rechargeable alkaline type BB-X590 should address the following minimum
considerations: 2 Ampere-hours to an end point voltage of 20 Volts at
25 degrees Celsius at a 2 Ampere constant discharge rate for ten
cycles; storability and operation over the widest possible temperature
range (minus 20 to 55 degrees Celsius is essential); safety under all
conditions of use and abuse and weight of 3.5 lb or less. Government
funding allows a maximum of $600,000 for this project over a period of
18 months. Programs for lesser amounts and/or stand alone subsets of
effort, each individually priced are encouraged. EVALUATION CRITERIA:
All proposals received will be evaluated in accordance with the
following criteria listed with their relative importance weighted on a
scale of (1) to (100): A) (20) New and Creative solutions to the
technical issue presented in the BAA; B) (20) the feasibility of the
approach and technical objectives; C) (15) understanding of the
technical matters being presented for consideration; D) (15) ability to
implement the proposed approach as demonstrated by adequate detailed
analysis and supported by specific accomplishments in the technical
field to be studied; E) (15) the availability of qualified personnel
with the requisite expertise to accomplish the tasks as proposed; F)
(10) record of past performance; and G) (5) the availability of
unlimited rights in technical data and/or computer software. The
purpose of the evaluation will be to determine the relative merit of
the technical approach proposed in response to this BAA. Evaluation and
selection of proposal(s) for award will be made to those offerors whose
proposal is considered most advantageous to the Government, price and
other factors considered; (i.e.; an independent Government assessment
of the probability of success of the proposed approach and the
availability of funding). Responses must provide new or unique
concepts, ideas, or approaches in order to qualify for evaluation and
consideration for award. The Government reserves the right to select
for award any, all, part or none of the responses received. Funds are
not presently available for this BAA; and no contract award will be
made until appropriated funds are made available from which payment for
contract purposes can be made. GENERAL INFORMATION: Because both the
technical and cost aspects of an offeror's submission will be evaluated
at the same time, it is desirable that one volume containing all
information be submitted. Pursuant to the requirements of FAR 52.219-9,
if the total amount of the proposal exceeds $500,000, offeror(s)
selected for award will be required at that time to submit a
Subcontracting Plan for Small Business and Small Socially and
Economically Disadvantaged Business concerns. Refer to the ARL homepage
(http://w3.arl.mil/baa) for additional information on the following:
TECHNICAL PROPOSAL INSTRUCTIONS, COST PROPOSAL INSTRUCTIONS,
CERTIFICATE OF CURRENT COST OR PRICING DATA, OTHER INFORMATION,
RESTRICTIVE MARKINGS, REPRESENTATIONS AND CERTIFICATIONS, and OTHER
REQUIREMENTS. Questions concerning contractual, cost or pricing
proposal format matters may be directed to Theresa Wilson, Contract
Specialist at (301) 394-4229. Individuals with questions on technical
matters may contact the technical representative, Don Foster at (908)
532-0293. CLOSING: Proposals are due by 2:00 PM Eastern Time on 22
April 1997. TYPE OF CONTRACT: Cost Plus Fixed Fee (Completion). One
original and four copies of the proposal are to be submitted directly
to: U.S. Army Research Laboratory, R&D Contracts Branch, ATTN:
AMSRL-CS-AL-PC (Beth Minnick), 2800 Powder Mill Road, Adelphi, MD
20783-1197. All responsible sources may submit a bid or proposal which
will be considered by the Agency. No telephone requests will be
honored. (0077) Loren Data Corp. http://www.ld.com (SYN# 0004 19970320\A-0004.SOL)
A - Research and Development Index Page
|
|