The document outlines the minimum specifications required for lithium-ion batteries and associated battery management systems (BMS) as part of a government Request for Proposal (RFP). Key components include:
1. **Lithon Batteries (U27-24V88XP)**: Quantity required is 46, with specifications for dimensions, capacity over 70Ah, voltage compatibility (24V – 30V), and a cycle life exceeding 3000 at 80% Depth of Discharge. These batteries must emit no hydrogen during operation and integrate seamlessly with existing systems under code 80.
2. **Battery Management Systems (U-BMS-LV Rev 2)**: Eight units are needed, supporting 10-144V voltage range and managing at least six modules. Key functionalities include temperature monitoring, voltage/current assessment, and compatibility with existing systems.
3. **Canbus Tool Kit**: One kit required for data monitoring on the CANBus, facilitating connectivity between the BMS and a computer for real-time system oversight.
4. **BMS Starter Kit**: Eight kits necessary to ensure effective communication and wiring for the BMS.
This summary denotes a focus on the technical specifics essential for evaluating proposals related to battery technology and its management systems, indicative of the federal government’s intent to enhance energy solutions in related projects.
The document outlines specifications for procurement related to Lithium-Ion battery systems and associated components, specifically targeting the NSWCCD's operational requirements. It details the need for 46 U24-24V80XP batteries, which must adhere to several safety certifications and fit within specified dimensions while providing capacities above 70Ah and being compatible with existing battery systems. Additionally, the document requests 8 units of the U-BMS-LV Rev 2 Battery Management Systems, which should support a minimum voltage of 10-144V and include monitoring capabilities for temperature, voltage, current, and state of charge. A CANBus toolkit is also specified to enable comprehensive data logging and system monitoring, requiring a single unit. Furthermore, the document includes the demand for 8 BMS Starter Kits to facilitate connections and communication within the battery systems. This RFP reflects the government's commitment to upgrades in energy technology and infrastructure, emphasizing compatibility and performance efficiency.
The Naval Surface Warfare Center Carderock Division (NSWCCD) has issued a combined synopsis/solicitation for Lithium-Ion cell batteries and accessories, intending to solicit with Lithion Battery Inc. under a non-competitive basis. The solicitation, prepared in line with Federal Acquisition Regulation (FAR) guidelines, specifies that only one source is considered viable due to unique requirements. Interested parties are invited to submit capability statements by 9:00 AM EST on April 29, 2025, with responses considered by the government. The solicitation outlines minimum specifications for various components, including Battery Management System (BMS) kits and Lithium-Ion batteries that comply with safety certifications and specific performance metrics. Responses should include pricing, delivery details, and compliance capabilities, as standalone shipping costs cannot be accommodated. The document emphasizes regulatory compliance and details various clauses applicable to the procurement process, ensuring adherence to federal guidelines. This procurement initiative signifies the government's objective to maintain advanced operational capabilities through effective sourcing of technological equipment.
The Naval Surface Warfare Center Carderock Division (NSWCCD) is issuing a solicitation for the procurement of Lithium-Ion cell batteries and accessories from Lithion Battery Inc., indicating the intent to solicit from a single source due to specific circumstances. The solicitation, classified under NAICS code 335910, outlines the parameters for interested vendors, including the submission of capabilities statements by 29 April 2025. The notice emphasizes that responses received by the deadline will be considered solely for determining the necessity of competitive procurement. Detailed specifications, delivery points, and bid conditions are included, alongside various provisions and clauses from the Federal Acquisition Regulation (FAR) and the Defense Federal Acquisition Regulation Supplement (DFARS). Essential guidelines for proposal submissions, including pricing and shipping considerations, are also highlighted. Overall, this document serves as a formal request for interest and capabilities from potential suppliers, facilitating the federal procurement process while adhering to established regulations and protocols.