RFI - Small Tactical Electric Power 2-Kilowatt (STEP 2kW)

expired opportunity(Expired)
From: Federal Government(Federal)
W909MY-23-STEP2K

Basic Details

started - 14 Dec, 2022 (16 months ago)

Start Date

14 Dec, 2022 (16 months ago)
due - 09 Jan, 2023 (15 months ago)

Due Date

09 Jan, 2023 (15 months ago)
Bid Notification

Type

Bid Notification
W909MY-23-STEP2K

Identifier

W909MY-23-STEP2K
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (705762)DEPT OF THE ARMY (132650)AMC (72439)ACC (74806)ACC-CTRS (32806)ACC-APG (10681)ACC-ABERDEEN PROVING GROUNDS CONT C (294)

Attachments (2)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

General InformationDocument Type - Request for Information (RFI)Request for Information Number - W909MY-23-STEP2KPosted Date - 15 November 2022Response Date - 16 December 2022Classification Code - CUI// Procurement SensitiveNAICS Code - 335312 Motor and Generator ManufacturingDisclaimer: This RFI does NOT constitute a Request for Proposal and is not to be construed as a commitment, implied or otherwise, by the Government that a procurement action will be issued. Response to this notice is not a request to be added to a bidders list or to receive a copy of a solicitation. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of the submission of the requested information. No reimbursement will be made for any costs associated with providing information in response to this announcement and any follow up information requests. Responses to this RFI may be considered in the future determination of an appropriate acquisition strategy for
the program. The Government may not respond to any specific questions or comments submitted in response to this RFI or information provided as a result of this request. Responses shall not include classified or proprietary material or information with classified, “Proprietary”, “Confidential”, or other markings limiting distribution. Any information submitted by respondents as a result of this notice is strictly voluntary. Companies are advised that Project Manager Expeditionary Energy & Sustainment Systems (PM E2S2) is supported by Government support contractors who will review information submitted in response to this RFI for the purpose of providing technical advice to the Government. Companies which submit Submission Forms in response to this RFI will be deemed to have waived any objection to the Government's use of support contractors to review their Submission Forms. The Government support contractors work under a contractual nondisclosure agreement which requires them to safeguard controlled technical information. The contractor may not use, reproduce, modify or release controlled technical information without consent of the owner.THIS IS A REQUEST FOR INFORMATION (RFI) ONLY: THIS IS NOT A SOLICITATION: NO AWARD WILL BE MADE AS A RESULT OF THIS REQUEST FOR INFORMATION.This RFI is for information and planning purposes only; this is not an Invitation for Bid (IFB), a Request for Proposal (RFP), or Request for Quotation (RFQ). No solicitation document exists, and a formal solicitation may or may not be issued by the Government because of the responses to this RFI. The Government will not be liable for payment of any preparation expenses and information and materials received in response to this RFI and is in no way obligated by the information received. Any costs incurred by interested companies in response to this announcement will NOT be reimbursed.The information provided may be used by the Army in developing a future acquisition strategy, Performance Work Statement (PWS), Statement of Objectives (SOW) and/or Performance Based Specification(s). Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. The Government shall not be liable for or suffer any consequential damages for any improperly identified proprietary information. If a solicitation is issued, it will be synopsized on Beta SAM.GOV.IntroductionArmy Contracting Command – Aberdeen Proving Grounds, Belvoir is releasing this Request for Information (RFI) on behalf of the Project Manager (PM) Expeditionary Energy and Sustainment Systems (E2S2). The information provided will be used for market research only and used to assess the technical capability of vendors for the requirement described below. The Government is not obligated to release a future solicitation. Responses shall not include classified or proprietary information. Material with classified, “Proprietary”, “Confidential”, or other markings limiting distribution will not be reviewed. Interested respondents shall refer to the details of their response to this RFI as, “Request for Written Responses, Cover Page, Business Questions, and Vendor Survey Questions”.ScopeThe Small Tactical Electric Power (STEP) program is a PM E2S2 Program of Record (POR) that underwent a Materiel Development Decision (MDD) in 2014. The STEP program was then delayed in 2016 due to slow technological advances in the power generation arena concerning lightweight power solutions. PM E2S2 and PdM MEPS have continued to support legacy systems (2-Kilowatt (2kW) Military Tactical Generator (MTG) and 3kW Tactical Quiet Generator (TQG)), which were produced and fielded to support service requirements in the mid- to late-1990s to early 2000s. Although these systems still exist in inventory, they are approaching and/or exceeding their Economic Useful Life (EUL) expectancy. STEP 2kW power generation solutions will eventually replace the 2kW MTG with the goal of increasing reliability and efficiency utilizing current technologies and advanced designs.In support of its small tactical power modernization program, PM E2S2 is interested in understanding and obtaining industry’s capabilities and information regarding Technology Readiness Levels (TRLs) and Manufacturing Readiness Levels (MRLs) to either build, test, package, and deliver a new Small Tactical Electric Power 2kW (STEP 2kW) generator or upgrade the current 2kW MTG (MEP-531A/MEP-501A) specification (Attachment 2) using the criteria listed in the attached capability matrix (Attachment 1). Of particular interest are the technical and manufacturing capabilities, as well as any barriers to establishing a viable long-term program for the STEP 2kW generator. The STEP 2kW will be used as a general-purpose power generation capability. The specific threshold and desired requirements are listed in the attached Capability Matrix (Attachment 1).REQUEST FOR WRITTEN RESPONSESInterested vendors may submit responses with their .pdf document as an attachment via email to kayla.m.sullivan15.civ@army.mil and cc rosetta.wisdom-russell.civ@army.mil no later than 16 December 2022, 4:00PM Eastern Time Zone, for consideration. Subject line must read RFI/STEP2kW-[Company Name]. Example: RFI/STEP2kW-ABC Inc.Responses shall be limited to 20 pages in length single sided, 12-point font, Times New Roman, one-inch margins.All communications shall be submitted in writing to kayla.m.sullivan15.civ@army.mil and cc rosetta.wisdom-russell.civ@army.mil only. Contractors shall not contact any Government personnel regarding this RFI other than the individual designated above. Contacting any Government personnel other than the individual designated above may result in an organizational conflict of interest (OCI) and may result in a contractor being excluded from a solicitation, competition and consideration for award. Cover Page of RFI response should include the followingBusiness NameBusiness SizePoint of Contact NameBusiness AddressPhone NumberEmail AddressCage CodeRegistered NAICS CodeThe following questions are business questions: Does your organization qualify as a Small Business Administration (SBA) 8(a) ProgramHistorically Underutilized Business Zones (HUBZone) program, Service- Disabled Veteran-Owned Businesses, Small Disadvantaged Businesses, Small Business, or participant of the government Ability One Program as defined by the SBA under the identified North American Industry Classification System (NAICS)? If so, identify the status.THE FOLLOWING ONLY APPLIES TO THE SMALL BUSINESS RESPONDENTS:Responses to the below questions shall be included in a separate section of the submission and will not be counted as part of the twenty (20) page limit.If you identify your company as a Small Business (SB) or any of the SB subcategories as stipulated in Question Number One (1) above, is your company interested in a prime contract for the Design Criteria below? If so, please continue to Question Number Two (2).Under the current SB recertification regulations, do you anticipate your company remaining a SB under the Primary NAICS Code (335312 Motor and Generator Manufacturing)?In the event your company was awarded a contract as a result of a subsequent solicitation, would your company plan to be the prime contractor? Please thoroughly state how you will meet the Limitations on Subcontracting Clause Federal Acquisition Regulations (FAR) 52.219-14?If you are a small business, how do you select your partners and/or subcontractors?If you are a small business, can you go without a payment for 90 calendar days?Is your company considered a non-traditional Defense Contractor as defined by 10 U.S.C. § 2302(9)?Is your company currently registered with an active Prototype Agreements Consortium or a contractor under a Multiple Award Indefinite Delivery Indefinite Quantity Service Contract? If so, please identify the contract number, title, and agency?The following vendor survey questions must be answered within this RFI. Responses received after the suspense date and time are unlikely to be reviewed. Test reports are not required for this RFI, but the Government may reach out to respondents for those reports if needed for clarification.Interest StatementWould your company be interested in completing an engineering, manufacturing and development opportunity to successfully create, test, demonstrate, and document a STEP 2kW generator design that complies with the performance parameters listed in Attachment 1?Materiel Solution DeterminationDoes your company believe that the current 2kW MTG specifications (Attachment 2) can be upgraded to meet the criteria listed in Attachment 1? (Yes/No) If Yes, please provide your technical solution and timetable for upgrading the 2kW MTG. If No, please explain Why Not?Does your company consider the product as described in Attachment 1 to be a commercial product or a Commercial-off-the-Shelf (COTS) product as defined by the Federal Acquisition Regulation (FAR) 2.101? (Yes/No) Why or Why Not?Does your company consider the product as described in Attachment 1 to be a Non-Developmental Item (NDI) product as defined by the Federal Acquisition Regulation (FAR) 2.101? (Yes/No) Why or Why Not?Does your company believe that a new solution is capable of being developed from a Commercial-off-the-Shelf (COTS) or Non-Developmental Item (NDI) solution with modifications to meet the criteria described in Attachment 1? (Yes/No) Why or Why Not?Does your company currently have a prototype or system that would potentially meet the criteria listed in Attachment 1? (Yes/No) If so, please provide information relating to current capabilities, TRL and MRL of the prototype or system. This information may include any relevant testing data or market information relating to the development or commercialization of the prototype or system.What are the projected operational life hours and maintenance requirements of the system?Has the technology been tested by any DoD organizations? If so, describe, if any, MIL-STD-810, MIL-STD-461, or MIL-STD-705 testing conducted on the product with the test results. Please provide test results and point of contact information for the DOD organization.Has the technology been tested by any third-party testing facility? If so, describe testing conducted on the product with the test results, and identify if testing was completed according to any of the following standards: MIL-STD-810, MIL-STD-461, or MIL-STD-705. Please provide test results and point of contact information.Has the technology been tested or demonstrated in a tactical environment? (Yes/No) Please describe and provide the results of this testing and point of contact information for any DOD organization or test and evaluation agency that conducted this test or demonstration.Discuss any further prototypes that may have already been developed that may meet the specification in Attachment 1Does your company believe a completely new solution design is needed and capable of being developed to meet the requirements as specified in Attachment 1? (Yes/No) If Yes, please describe your technical solution and timetable and estimated cost for development of this solution. If No, please discuss why a new solution is not capable of being developed based on the specifications within Attachment 1.If you have a design that would meet most of the requirements in Attachment 1, please provide any comments, questions, or concerns relating to trade-offs you would propose to the Government.Development and Technical ApproachDescribe in detail your proposed technical approach for a STEP 2kW generator, which meets the requirements described in Attachment 1. Describe your solution, to include pictures and/or drawings (if available), and any requirements it does/does not meet for all capabilities listed in Attachment 1. Provide a rough order of magnitude cost estimate for both initial research and development as well as full-rate production of the items described to meet the requirements in Attachment 1. For estimating purposes, assume 15 initial prototypes and a production rate of 500 generator sets per year, on a potential 10-year period of performance.Does your firm have the in-house ability to conduct testing as defined in MIL-STD-810 and MIL-STD-705D?Discuss further the cost drivers with meeting military thresholds/objectivesEstimate length of time from any contract award to delivery of a complete prototype design that can be used for testing (Prototype Test model fabrication).Discuss critical parts with high risk of failure (Reliability, Logistical Availability, Sole Sourced, etc.)Production CapabilitiesDoes your firm have a production line that is capable of producing 500 units per year and the ability to add a second assembly line to meet surge capacity requirements?Based on an approved design, estimate length of time from contract award to establishment of production line and providing the first production model to the Government.How much time do you anticipate needing to establish a production assembly, test facilities and quality control systems for the fabrication of prototype test models?What would be your Minimum Sustaining Rate (MSR) and the associated unit cost with said MSR? Economic Production Rate? Maximum Production Rate?What, if any, efforts are required to put the product into production, along with estimated milestones and timelines.Logistics ManagementAre there any proprietary interfaces or royalties associated with the product?How much time does your company anticipate ramping up your Supply Chain in support of a STEP 2kW set build rate of up to 500 units per year?If you currently offer products that provide the capabilities described in this RFI, what warranties do you offer, if any, and what are they based upon (time, performance, etc.)? If the technology is in production, what has been the reliability of the product(s)?What components of your product(s) are made outside the United States, and what percentage of the total product does that constitute?What measures do you take, or will you take to ensure the integrity and quality of product used in the production of a system that meets the US Army requirement?Does your company have the ability to provide Technical Data Package (TDP), Operator Maintenance and Repair List Manuals, Provisioning Parts List and Training Packages per MIL-STD 40051-2C?Does your company maintain the necessary repair stocks for parts identified as high failure components?Does your company currently have secondary sources identified for parts that have long lead times?Does your company have a primary or preferred shipping method or company?Does your company have expertise to develop a Program of Instruction (POI), providing specific course descriptions, duration of instruction, types of instruction, and lists of resources required to conduct the course.Does your company have expertise to develop Training Support Packages (TSP) that integrates training products, materials, and/or information necessary to train one or more tasks or learning objectivesDoes your company have the capabilities and resources to provide instructor and key personnel training in support of potential fielding efforts for newly developed or newly procured systems?Management Techniques and CapabilitiesWhat is the technical design and manufacturing experience of your company or team to supply a product(s) of this type?What quality management processes do you have in place to ensure consistency of quality and meeting deadlines?Describe your capability for supporting packaging and preservation, handling, storage, and transportation.Describe your facility and infrastructure to support receipt, inspection, production, and final assembly.Describe your configuration management process and experience developing, tracking, monitoring, and retaining history to a technical data package baseline.Provide recent examples of past performance as a prime contractor; demonstrated capability to deliver products managing cost, schedule, and performance.Data RightsAre there any tradeoffs you are willing to accept from the Government in return for unlimited data rights for any proprietary component designs regarding this requirement (e.g., longer production period of performance, specific quantities provided by Government etc.)? If not for Unlimited Data Rights, are there any tradeoffs you are willing to accept for Government Purpose Rights?

Location

Place Of Performance : N/A

Country : United States

You may also like

61--POWER SUPPLY ASSEMB

Due: 30 Apr, 2024 (in 11 days)Agency: DEPT OF DEFENSE

POWER DISTRIBUTION PANEL

Due: 27 Apr, 2024 (in 7 days)Agency: DEPT OF DEFENSE

59--POWER SUPPLY MODULE

Due: 29 Apr, 2024 (in 9 days)Agency: DEPT OF DEFENSE

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification