Dual (LAV 6.0) and Single (TAPV) Vehicle Portable Maintenance Chargers

Solicitation number W8486-249148

Publication date

Closing date and time 2023/06/08 14:00 EDT

Last amendment date


    Description

    Table of Contents
    1.0 Introduction 2
    2.0 Background 2
    3.0 Contents of this RFI 3
    4.0 Purpose of this RFI 3
    5.0 Enquiries 4
    6.0 Submission of Responses 4
    8.2 Approved Parts vs. Similar Parts 4
    Annex A – Survey 5


    Canada will not award a contract as a result of this solicitation.

    REQUEST FOR INFORMATION
    Dual (LAV 6.0) and Single (TAPV) Vehicle Portable Maintenance Chargers
    1.0 Introduction

    Project: 24V ON-Vehicle Float Charger / Power Supply

    1. Dual Vehicle Portable Maintenance Charger – DVPMC
    • NSN: 6130-20-013-7600, PN : 2190018-1
    • Designed for use on the LAV 6.0

    2. Single Vehicle Portable Maintenance Charger – SVPMC,
    • NSN: 6130-20-013-7907, PN: 2190009-1
    • Designed for use on the TAPV

    2.0 Background

    The LAV6.0 and TAPV fleets (equipped with the 6TAGM battery) require a 24 volt (V), ON-vehicle, external (off-board) charger kit assembly that is rugged, portable, highly water resistant to shock, chemicals, salt, and humidity, and must comply with an Alternating Current (AC) receptacle electrical current limitation of 15 ampere (A), 1500 watts (W).
    .
    The charger must be deployable for worldwide use, highly efficient, capable of charging lead acid (wet, AGM, gel) and lithium battery chemistries, be plug and play to reduce requirement for user operation, provides status indication of AC presence, state of charge, fault / error codes, charging profile. The software programmable charger must be capable of controlling DC outputs via a customized charge profile algorithm, in order to support a power supply and float charge application.

    Kit assy; DVPMC designed for LAV6.0:
    a. 2 programmable (27A x 2) battery chargers mounted in a hard-walled protective case with an opening lid, associated hardware, AC input connected at AC interconnect box, dedicated connectors hardwired, and folding hooks for external vehicle mounting.
    b. Auxiliary (AUX) charger terminated with 2 pin North Atlantic Treaty Organization (NATO) Slave connector, and Vehicle (VEH) charger terminated with 35A Mini NATO connector.
    c. Chargers are independent, isolated, and capable of simultaneous charging of AUX and Vehicle circuits, controlled by customized software algorithm.
    d. When in use: Mounted externally on the side of the vehicle with hooks. The AC input connects to maintenance infrastructure electrical receptacle. The charger Direct Current (DC) output cables connects to the vehicle’s two (2) receptacles at the Power Entry Panel (PEP).

    Kit assy; SVPMC designed for TAPV or potentially other vehicles with a single NATO input:
    a. 1 programmable (50A) battery charger (COTS) mounted in a hard-walled protective case with an opening lid, associated hardware, dedicated connector hardwired, and folding hooks for external vehicle mounting.
    b. Vehicle charger terminated with a single 150A NATO connector.
    c. Charger capable of simultaneous charging of AUX and Vehicle circuits, controlled by customized software algorithm.
    d. When in use: Mounted externally on vehicle aft side with hooks. The AC input connects to maintenance infrastructure electrical receptacle. The charger DC output cable connects to the vehicle’s NATO input receptacle.

    • DND has pre-approved and qualified all hardware and software requirements for ON-vehicle use.
    • DND Level 3 technical drawings include all required parts and can be made available upon request, subject to NDA agreement / approval.

    3.0 Contents of this RFI

    This RFI contains questions related to the supplier production capability, pricing per unit, and lead time to manufacture and deliver goods. You are invited to respond to these questions and to submit comments on any area of the RFI.

    This RFI contains the following documents:

    1. Annex A - Survey;

    4.0 Purpose of this RFI

    This RFI will provide industry insight into DND’s requirement for the two (2) required 24V, ON-vehicle battery charger models, assist affected user fleets to provide a tentative agreement for production, and contributes towards DND’s procurement strategy.

    This RFI will form the basis for industry’s input, to ensure that Director of Land Procurement’s (DLP) proposed procurement strategy in the future meets or exceeds government departments’ needs and takes into consideration of suppliers' capacity to compete for government opportunities.

    Following the consultation, the draft RFSO may be modified to incorporate comments received. DLP intends for the resulting procurement vehicle to be in place for a multi-year period. There is no specific requirement associated with this posting. This is not a bid solicitation and will not result in a standing offer.

    5.0 Enquiries
    Canada will not necessarily respond to enquiries in writing or by circulating answers to all potential respondents prior to the closing date of this RFI. However, respondents with questions regarding this RFI may direct their enquiries via e-mail to Paige.Morris@forces.gc.ca

    6.0 Submission of Responses
    To respond to this RFI respondents will require a copy of Annex A, provided as an electronic attachment. Respondents must request these via e-mail from Paige.Morris@forces.gc.ca Respondents are requested to submit one (1) electronic response in “.docx” format directly to
    Paige.Morris@forces.gc.ca by the date and time on the first page of this RFI.
    In an effort to avoid duplication of responses which may skew the results, DND is requesting one consolidated response per supplier. Canada will not reimburse any respondent for expenses incurred in responding to this RFI.

    8.2 Approved Parts vs. Similar Parts
    The technical data package (TDP) for the RFSO will include a parts list which we are calling DND approved parts.
    For these DND approved parts, the Offeror must propose the exact item, no substitutes, and no similar parts.

    Annex A – Survey
    REQUEST FOR INFORMATION
    FOR DUAL AND SINGLE VEHICLE PORTABLE MAINTENANCE CHARGERS.

    Data Collection Questions

    1. Name (contact information)

    2. Title (i.e. Manager, Business Development)

    3. Please indicate the region(s) in which your business is located (check which applies):
    o Pacific (British Columbia and Yukon)
    o Western (Alberta, Saskatchewan, Manitoba, Northwest Territories, and Nunavut)
    o Ontario (Ontario, excluding the National Capital Region)
    o Quebec (Quebec, excluding the National Capital Region)
    o Atlantic (New Brunswick, Nova Scotia, Newfoundland and Labrador, and Prince
    Edward Island)
    o National Capital Region (Gatineau [Outaouais] / Ottawa)

    4. Please indicate the region(s) that your company can serve (check which applies):
    o Pacific (British Columbia and Yukon)
    o Western (Alberta, Saskatchewan, Manitoba, Northwest Territories, and Nunavut)
    o Ontario (Ontario, excluding the National Capital Region)
    o Quebec (Quebec, excluding Gatineau [Outaouais])
    o Atlantic (New Brunswick, Nova Scotia, Newfoundland and Labrador, and Prince Edward
    o Island)
    o Comprehensive Land Claim Agreement Area (please identify which ones)
    o National Capital Region (Gatineau [Outaouais] / Ottawa)
    o All of Canada

    5. Please indicate the size of your business (check which applies):
    o Micro Business (1-4 employees for goods and 1-4 employees for services)
    o Small Business (1 - 100 employees for goods and 1 - 50 employees for services)
    o Medium Business (101 - 499 employees for goods and 51 - 499 employees for services)
    o Large Business (500+ employees for both goods and services)

    6. Is your company an Aboriginal business as defined under the Procurement Strategy for
    Aboriginal Business (PSAB)? (check which applies):
    To be considered an Aboriginal business at least 51 percent of the firm is owned
    and controlled by Aboriginal people, and at least one third of the firm's employees,
    if it has six or more full-time staff, must be Aboriginal.
    For more information: http://www.aadnc-aandc.gc.ca/eng/1100100032827
    o Yes
    o No

    7. What is your current procurement vehicle relationship with the Government of Canada using a National Master Standing Offer Agreements (NMSO), or Purchase Orders (PO)? (check which applies):
    o Currently a supplier with awarded NMSO(s)
    o Currently a supplier with awarded PO(s)
    o Have been a supplier in the past with awarded NMSO(s)
    o Have been a supplier in the past with awarded PO(s)
    o Currently a sub-contractor with awarded NMSO(s) to a supplier
    o Currently a sub-contractor with awarded PO(s) to a supplier
    o Have been a sub-contractor in the past with awarded NMSO(s)
    o Have been a sub-contractor in the past with awarded PO(s)
    o Have never sold to the Government of Canada

    8. Does your company specialize in an electrical, engineering, and/or manufacturing technology field and have the capability to acquire all parts and build the subject Dual and Single Vehicle Portable Maintenance Chargers in accordance with DND L3, technical drawings. (check which applies):
    o Yes
    o No
    o Maybe

    9. Does your company currently have technical, electrical, engineering, and/or manufacturing project experience supporting DND Canada, the Canadian Army Combat Tactical Armoured Vehicles, or Canadian Army, Combat Support Equipment projects? (check which applies):
    o DND Canada projects
    o Canadian Army, Combat Tactical Armoured Vehicle projects
    o Canadian Army, Combat Support Equipment projects
    o Support all of the above.
    o Do not yet support the above.

    10. Are you a supplier of the military battery PN: 6TAGM (or PN: 9750N7025), NSN: 6140-01-485-1472, battery chargers manufactured by Delta-Q, batteries and/or battery chargers in general? (check which applies):
    o Military battery PN: 6TAGM (or PN: 9750N7025), NSN: 6140-01-485-1472
    o Battery chargers manufactured by Delta-Q
    o Batteries and/or battery chargers in general
    o Supply All
    o Not a supplier of any batteries or battery chargers

    11. Please provide a rough pricing estimate for the Dual Vehicle Portable Maintenance Charger (DVPMC) using the following minimum order qty: (check which applies):
    Minimum Order Quantity Cost per unit (CAD)
    10 Units $
    20 Units $
    30 Units $
    50 Units $
    100 Units $

    12. Please provide a rough pricing estimate for the Single Vehicle Portable Maintenance Charger (SVPMC) using the following minimum order qty: (check which applies):

    Minimum Order Quantity Cost per unit (CAD)
    10 Units $
    21 Units $
    30 Units $
    50 Units $
    100 Units $

    13. Can you provide an estimated lead time (in calendar days) for your company to acquire all parts, build and deliver the charger kit assemblies after DND submits a Call Up order?

    14. Would your company be able to support a three (3) year National Master Standing Offer (NMSO) requirement?
    o Yes
    o No

    16. Would your company be prepared to confirm all parts are available from suppliers / manufacturers IAW DND technical drawings parts list and be prepared to provide it to DND / DLP prior to NMSO issuance? (check which applies):

    For example : IAW DND Tech DWG Parts list, item # XX, battery charger PN: XXX is available.

    o Yes
    o No

    17. If DND / DLP requests this information from you, what would be a reasonable timeline to expect it within? (check which applies):
    o 1 week
    o 2 weeks
    o Other – please provide alternate duration

    Thank you for reviewing the documents and for providing your response. Your opinion is valued and any further comments on the content of this RFI may be added to the end of the survey.

    Contract duration

    The estimated contract period will be 0 month(s), with a proposed start date of 2023/08/31.

    Trade agreements

    • No trade agreements are applicable to this solicitation process

    Reason for limited tendering

    A contracting officer can use limited tendering for specific reasons outlined in the applicable trade agreements. The reason for this contract is described below:

    • None

    Businesses interested in partnering for this tender opportunity:
    Note: Information may not be available in both English and French. This is because the Official Languages Act does not apply.

    Contact information

    Contracting organization

    Organization
    National Defence
    Address

    975 saint joseph

    Gatineau, Quebec , J8Z 0A2
    Canada
    Contracting authority
    Paige Morris
    Phone
    (343) 552-7713
    Email
    paige.morris@forces.gc.ca
    Fax
    N/A
    Address

    101 Colonel By Drive

    Ottawa, Ontario, K1A 0K2
    Canada
    Bidding details

    Full details regarding this tender opportunity are available in the documents below. Click on the document name to download the file. Contact the contracting officer if you have any questions regarding these documents.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    001
    English
    and
    French
    1
    001
    English
    and
    French
    1
    002
    English
    3
    002
    French
    1
    001
    English
    and
    French
    4

    Access the Getting started page for details on how to bid, and more.

    Summary information

    Notice type
    Request for Information
    Language(s)
    English, French
    Region(s) of delivery
    Canada
    ,
    Alberta
    ,
    Quebec (except NCR)
    Region of opportunity
    World
    Contract duration
    0 month(s)
    Procurement method
    Competitive - Traditional
    Selection criteria
    Not applicable
    Commodity - UNSPSC
    Click the links below to see a list of notices associated with the UNSPSC.