|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 18,1997 PSA#1995Crane Division, Naval Surface Warfare Center, Code 1164, 300 Highway
361, Crane, In 47522-5001 66 -- BATTERY TEST SYSTEM SOL N00164-98-R-0026 DUE 010698 POC Ms.
Hilda Quillen, Procurement Technician, telephone 812-854-2444, fax
812-854-5666, e-mail quillen_h@crane.navy.mil WEB: Naval Surface
Warfare Center's homepage, www.crane.navy.mil. The Navy requires 3 each
Battery Test Systems, Aerovironment P/N ABC-150 or equal. The unit
shall charge or discharge a battery at 125,000 watts for up to 30 days.
The lower and upper voltage limits for charge and discharge limit shall
be at a minimum 8 volts and 420 volts, respectively. Unit must provide
a charge and discharge current range of 0-500 amperes, min., dc over
a voltage range of 8-250 volts. Above this to the upper voltage limit
of 400 volts the unit's charge voltage current upper range shall not
fall below 125,000 watts. Unit must be able to charge and discharge two
batteries simultaneously with each battery capable of being charged and
discharged at up to 250 amperes and up to 420 volts. (Total power not
to exceed 125,000 watts.) Unit must regenerate power during discharge,
unit must return power to electrical grid instead of dissipating
energy. Unit must monitor pack voltage, current and power. The overall
pack voltage must have a minimum accuracy of +/-0.25V. The minimum
pack current accuracy must be +/-0.2 amperes+0.25% of current reading.
Unit shall perform complex charging and discharging cycles that can
contain more than 50,000 steps. System must be capable of cycling more
than 50,000 cycles which may include a number of special cycles at
predetermined intervals. Unit must be totally operable from a
Government-furnished IBM type PC with Windows NT 4.0 operating system
without requiring manual resetting. Unit shall switch among the
following conditions in less than 50 milliseconds (ms): off condition
to charge condition; off condition to discharge condition; charge
condition to discharge condition; discharge condition to charge
condition; from one charge condition to another charge condition; and
from one discharge condition to another discharge condition. If power
fails or there is a failure in any component or in the computer, the
unit must come up in a hold status with all the test samples in open
circuit. Unit shall emulate a battery to verify rechargeable power
systems. Unit shall emulate and test subsystems of hybrid/electric and
electric vehicles. Unit must have AC Power Factor of more than 99%.
Unit must have less than 3% Total Harmonic Distortion (THD), with no
individual harmonic greater than 3%. Unit must have a safety feature
that opens the connection to the load if the front panel connections
are removed and independent remote emergency shut down capabilities.
Unit must have a front panel display of voltage, current and power
readings for both channels, and a front panel display that indicates
load connection status and active control mode. Unit must come with a
software package that controls and operates the battery tester. The
software package must run on Windows NT 4.0. All screens must be 100%
Windows NT compatible and support cut and paste. DOS based programs are
not acceptable. Program must write to files that are Microsoft Access
compatible. Data shall not be stored in a proprietary database. All
steps and cycles must be arranged and ordered using script files that
can be manipulated using text editor. All steps and cycles must be
visible while the test is running, with the active step highlighted.
Software package must be capable of cycling a battery through more than
50,000 steps that are composed of various charges, discharges and open
circuits for normal cycles but must be able to support more than
50,000 steps for the Federal Urban Driving Schedule (FUDS) test or
other driving cycles. Software must also include the complete step
tables and algorithms for the FUDS test, the USABC test, and the DST
test. This includes all the currents, voltages, times, and control
requirements that permit the operator to begin testing of batteries to
these requirements. Software must have a minimum data scanning and
recording rate of 1 complete scan of all the channels in 1 second. The
steps shall contain, at a minimum, the following limit conditions for
control: voltage, change in voltage, rate of change of voltage,
current, change in current, rate of change of current, temperature,
rateof change of temperature, time, amount of charge (either measured
in ampere hours or watt hours), and percent of charge returned or
removed from previous cycle. All current and past profiles shall be
stored in a separate data folder that details all the test parameters
to permit auditing of testing and relating test data to actual test
parameters. The program shall provide real time data of all the tests
in progress by selecting the window for the test station. This will
include the last data points recorded for the current step and current
status of the test data for the last step data for the test in
progress. A real time plot of any variable shall be provided. This plot
must be able to be continuously and automatically updated. To plot all
the samples on a single test unit (up to 30 modules) the program shall
be able to support multiple charts that run and update simultaneously.
Multiple plots shall be viewable by using the Windows Select command
or by using the Windows Tile command. The axis of the plotsmust be able
to be modified by clicking on it to bring up a setup screen. The
location of display (the time or x axis) must be controlled by either
a Windows sliding button or manually by entering the range required.
All data files shall be available for export to commercially available
applications for data manipulation and control. All data screens and
plots shall be Windows screens with Windows related features. Data that
is filtered or sorted shall be able to be copied to a separate file.
All data must be directly exportable to another Windows application by
using Windows blocking and Windows copy commands. The software must be
able to plot any 2 variables on an XY graph. Software must permit this
tester to emulate a battery to verify rechargeable power systems.
Software must permit this tester to emulate and test subsystems of
hybrid/electric and electric vehicles. Unit shall contain all the
components required to monitor and control batteries that operate at up
to 450 volts and at currents up to 500 amperes for the entire test
period, which can exceed 30 days. Unit must be 100% compatible with the
ABS-150 charge/discharge unit. Delivery is required FOB NSWC Crane
within 60 days after contract award. This is a combined
synopsis/solicitation for a commercial item prepared in accordance with
the format in FAR Part 12 and Subpart 13.6, as supplemented with
additional information included in this notice. A written solicitation
will not be issued. This is a brand name or equal purchase
description. If offering other than the brand name product, the offeror
must provide the manufacturer's brand, model or part number along with
a technical description (e.g., product literature, specification
sheets, cuts, illustrations, drawings) of the items being offered in
sufficient detail to evaluate compliance with the requirements of this
announcement. In addition, any modifications required to meet the
salient characteristics must be fully described, and any exceptions
taken to the Government's stated requirements must be clearly
identified. The contractor shall extend to the Government the full
coverage of any standard commercial warranty normally offered in a
similar commercial sale, provided such warranty is available at no
additional cost to the Government. Offers shall include pricing for
maintenance for four additional years following expiration of the
standard commercial warranty. In addition, standard commercial
operations/maintenance manuals are required. Offerors responding to
this announcement must provide the information contained in 52.212-1,
Instruction to Offerors -- Commercial Items and must include a
completed copy of provision 52.212-3, Offeror Representations and
Certifications -- Commercial Items. The offeror must also provide its
Commercial and Government Entity (CAGE) code, Contractor Establishment
Code (DUNS number) and Tax Identification Number. The following
clauses are applicable to this procurement, 52.212-4 Contract Terms and
Conditions -- Commercial Items, 52.212-5 Contract Terms & conditions
Required to Implement Statutes or Executive Orders -- Commercial Items,
52.203-6 Restrictions on subcontractor Sales to the government, Alt I,
52.203-10 Price or Fee Adjustment for Illegal or Improper Activity,
52.219-8 Utilization of Small Business Concerns and Small Disadvantaged
Business Concerns, 52.219-14 Limitations on Subcontracting, 52.222-26
Equal Opportunity, 52.222-35 Affirmative Action for Special Disabled
and Vietnam Era Veterans, 52.222-36 Affirmative Action for Handicapped
Workers, 52.222-37 Employment Reports on Special Disabled Veterans and
Veterans of the Vietnam Era, 252.212-7001 Contract Terms & Conditions
Required to Implement Statutes or Executive Orders Applicable to
Defense Acquisitions of Commercial Items, 252.225-7001 Buy American Act
and Balance of Payment Program, 252.225-7012 Preference for Certain
Domestic Commodities, 252.233-7000 Certification of Claims and Requests
for Adjustment or Relief, 52.203-03 Gratuities, 52.212-2 Evaluation --
Commercial Items. If achange occurs in this requirement, only those
offerors who respond to this announcement within the required time
frame will be provided any changes/amendments and considered for future
discussions and/or award. Written proposals and the above required
information must be received at this office on or before 6 January 1998
at 12:00 noon Eastern Standard Time. Facsimile proposals are
acceptable. POC for information regarding this requirement is Ms. Stacy
McAtee, telephone 812-854-1988, fax 812-854-5666, or e-mail
mcatee_s@crane.navy.mil. Award will be based on best value considering
past performance and price. Therefore, offerors shall submit a list of
their five most recent contracts for the same or similar items
including pertinent contract information (e.g., item, quantity,
contract completion date) and customer points of contact. The Contract
Officer may also use information not supplied by the offeror to assess
past performance. In the event substantive differences exist among
offerors' past performance, the Government reserves the right to
displace lower priced proposals in favor of an offeror with
substantially superior past performance. This procurement is reserved
exclusively for small business concerns; the applicable SIC Code is
3825 and the size standard is 500 employees. See Numbered Note 1. All
responsible offerors may submit an offer which shall be considered.
(0350) Loren Data Corp. http://www.ld.com (SYN# 0290 19971218\66-0014.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|