Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 20,1997 PSA#1806

Army 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