Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2003 FBO #0659
SOLICITATION NOTICE

61 -- Lithium Battery Pack with associated power Controller

Notice Date
9/15/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
N00244 Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024403T1195
 
Response Due
9/19/2003
 
Archive Date
10/19/2003
 
Point of Contact
Toni D. Duenas-Ignacio 562-626-7366
 
E-Mail Address
Email your questions to Click here to contact Contracting Officer via e-mail
(duenasignacio.antoni@sbeach.navy.mil)
 
Description
NA This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR 13 and the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the ONLY solicitation; quotes are being requested and A SEPARATE WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation number RFQ N00244-01-T-1195 applies. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-15 and DFAR Change Notice 20030821. The North American Industry Classification System code is 335912 and the business size standard is 1,000. The agency need is for: Lithium technology based 'Battery Pack', and an associated "power controller" and engineering assistance to technically replace the existing lead acid battery pack. Helicopter transportation to and from the remote ocean tower will be provided. An on-site ?GFE? provided Solar Generator develops approximately 20 amps charging current during peak sun periods. The Battery Pack System requirements are: 1) A 24VDC Battery System based on Lithium technology to support equipment that requires controlled hi/lo voltage limits of 29.4VDC / 21.0VDC. 2) Designed to control and stow power from a solar generator with a maximum charging rate of 20 amps during the normal daily cycle rate. 3) Capable of providing about 12 amps of usable power to a constant load for 72 hours during in climate weather. 4) Able to meet load current requirements of 8 Amps for 3 sec, and 18 Amps for a 1 sec strobe -- for a period of up to 3 days without benefit of charging. 5) Weight of the entire package should not exceed 600 pounds. 6) Physical size of the entire package must not exceed space availabl e of 4 feet by 6 feet by 6 feet. 7) Operational Temperature Range: -20 C to +60 C. This project requires 4 days of onsite engineering assist including travel to Savannah Georgia and daily trips to the remote site during the installation and testing of the provided system. Items fob destination /to be transported to Naval Surface Warfare Center, MCAS Beaufort, South Carolina 29904-5000. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items applies. Addendum to FAR 52.212-1, Paragraph (b)(5): Offers shall provide an express warranty which at a minimum shall be the same warranty terms, including offers of extended warranties, offered to the general public. Express warranties shall be included in the contract. Clause 52.212-4, Contract Terms and Conditions - Commercial Items applies as well as the following addendum clauses: FAR 52.219-1, Small Busines s Program Representations; FAR 52.211-5, Material Requirements. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders - Commercial Items applies with the following applicable clauses for paragraph (b): FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses applicable for paragraph (b): DFARS 252.225-7001, Buy American Act and Balance of Payment Program; and DFARS 252.225-7012, Preference for Certain Domestic Commodities; and addendum provisions DFARS for Certain Domestic Commodities; and addendum provision DFARS 252.211-7003, Brand Name or Equal. OFFERORS ARE REQUIRED TO COMPLETE AND INCLUDE A COPY OF TH E FOLLOWING PROVISIONS WITH THEIR PROPORALS: FAR 52.212-3, Offeror Representation and Certifications - Commercial Items. The government intends to make a single award to the responsible offeror whose offer is the most advantageous to the government considering price and price-related factors. Provision 52.212-2, Evaluation - Commercial Items, applies with paragraph (a) completed as follows: Award will be made to the offeror that meets the solicitation's minimum criteria for technical acceptability at the lowest price. To be determined technically acceptable, the offeror must furnish product literature that demonstrates the products offered meet all requirements stated in the above purchase descriptions. EVALUATION CRITERIA: Award will be made on a best value basis taking into account the following factors: technical acceptability and price. Note: the full text of the Federal A cquisition Regulation (FAR) can be accessed on the Internet at www.arnet.gov.far; Defense Federal Acquisition Regulation Supplement (DFARS) can be accessed on the Internet www.dtic.mil/dfars . Parties responding to this solicitation may submit their quote in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) Company's complete mailing and remittance addresses, discounts for prompt payment, if any (e.g. 1% 10 days), anticipated delivery /availability of product/s, the company's CAGE code, Dun and Bradstreet Number, and Taxpayer ID number. In addition, if you are quoting on a comparable commercial item, product literature must be included. All FAR certifications and representations specified above must also accompany your quote. Quotes must be received no later than 3:00 PM, local time, on 22 September 2003 and will be accepted via fax 562-626-7275. IMPORTANT NOTICE: DFARS 252.204-7004 "Required Central Contractor Registration" applies to all solicitations issued on/or after 06-01-98. Lack of registration in the CCR database will make an offeror/quoter INEGLIGIBLE FOR AWARD. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or visit the Internet at http://ccr.edi.disa.mil for more information.
 
Web Link
Click here to get more information about FISC, San Diego
(http://www.sd.fisc.navy.mil)
 
Record
SN00434872-W 20030917/030915213420 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.