The Government intends to procure, under only one responsible source, where no other suppliers or services will satisfy the agency requirements. The Naval Facilities Engineering Systems Command, Hawaii (NAVFAC Hawaii) is conducting market research to determine if other potential products/services can provide a medium voltage shore power coupler with performance capabilities equal to that of the Patton & Cooke shore power coupler, manufactured by Patton & Cooke Co., #100 - 7795 128th Street, Surrey, BC, Canada V3W 4E6. The alternate product/service must meet the following requirements/specifications:
Provide a rugged, high-reliability medium voltage coupler system for ship-to-shore power connections, with the following capabilities:
- Voltage and Current Rating – Rated for use in 5 kV to 15 kV class systems, with a continuous current rating of at least 400 A. Must be capable of handling marine and naval electrical loads under normal and emergency conditions.
- Environmental Sealing – Fully sealed and weatherproof (minimum IP67 or equivalent), suitable for outdoor marine environments including exposure to salt spray, humidity, and temperature extremes.
- Safety Features – Incorporate ground-check monitoring, interlock provisions to prevent mating under load, and high dielectric strength to prevent flashover or arc faults.
- Mechanical Design – Heavy-duty construction with impact-resistant housing, corrosion-resistant metal components (e.g., stainless steel, bronze), and secure coupling/locking mechanism. Must support frequent connection/disconnection cycles.
- Compatibility – Must be interoperable with existing U.S. Navy shipboard and shore-side power systems, including standardized cable sizes, connector geometries, and grounding schemes for the DDG1000.
- Cable Termination – Include or support stress cone or separable insulated cable terminations compatible with medium voltage marine-grade cables.
- Certifications and Standards – Comply with applicable marine, electrical, and safety standards, including IEEE Std 45, IEEE 80005-1, or equivalent marine certifications.
This notification is for market research purposes only and should not be construed as a commitment of any kind by the U.S. Government to issue a solicitation, request for proposals, quotes, or invitation of bids or award a contract.
Interested parties with a comparable product meeting the requirements described in this announcement are invited to submit complete technical data, information and specifications in order for the Government to conduct an evaluation of your product to ensure compatibility with the existing system. Technical response shall be typed, at least 11 point Times New Roman or larger, single-sided 8.5 by 11 inch pages and submitted in Adobe PDF format. Also, provide company information and point of contract (name, title, email, phone, mailing address).
The Government will not reimburse any responder for any costs associated with information submitted in response to this sources sought announcement.
Any information provided to the Government in response to this request for information (RFI) will become U.S. Government property and will not be returned. All proprietary or classified information will be treated appropriately. The Government reserves the right to disregard any submittal that is incomplete or vague. Please do not submit your company brochure.
Interested parties shall submit information and specifications to Ms. Jessica Shimoda, Contracting Officer via email at jessica.a.shimoda.civ@us.navy.mil. Interested parties responding to this announcement by June 04, 2025 at 10:00 a.m. Hawaii Standard Time will be considered.