Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 18,1997 PSA#1995

Crane 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