SOLICITATION NOTICE
99 -- AUTOMATED BATTERY TEST STAND
- Notice Date
- 5/24/2004
- Notice Type
- Solicitation Notice
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BH
- ZIP Code
- 00000
- Solicitation Number
- NNJ04062867Q
- Response Due
- 6/1/2004
- Archive Date
- 5/24/2005
- Point of Contact
- Mary F. Thomas, Contract Specialist, Phone (281) 483-8828, Fax (281) 244-5337, Email mary.f.thomas@nasa.gov - Tim A. Boyes, Contract Officer, Phone (281) 483-1838, Fax (281) 244-5331, Email timothy.a.boyes@nasa.gov
- E-Mail Address
-
Email your questions to Mary F. Thomas
(mary.f.thomas@nasa.gov)
- Description
- This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, Offers are being requested and a written solicitation will not be issued. It is the vendor's responsibility to monitor the NASA Acquisition Internet Service (NAIS) for the release of any amendments to this request for Quotation (RFQ). This notice is being issued as a Request for Quotations (RFQ) for an Automated Battery Test Stand. This battery test stand must encompass the ability to simultaneously measure nine independent battery voltages, 216 individual cell level voltages, 36 battery string currents, and 36 battery string temperatures continuously for seven years. The battery test system shall be composed of a window-based computer, a user data/control/interface program, and multi-channel, microprocessor-based, modular hardware; and shall be capable of collecting voltage, current, and temperature data on a battery and all of its respective individual cells for a particular test channel during cycling and pulsing. A test channel is defined here as a positional port where the battery being tested is installed, and battery data (current/temperature/voltage) is collected in response to software-controlled test scenarios (profiles such as charge/discharge/rest/etc.). The provisions and clauses in the RFQ are those in effect through FAC 01-23. The NAICS code and the small business size standard for this procurement are 334516 and 500. The offeror shall state in their offer the size status for this procurement. All responsible sources may submit an offer, which shall be considered by the agency. Delivery to NASA/Johnson Space Center, Transportation Officer, Building 421, 2101 NASA Parkway, Houston, TX 77058-3696 is required within 60 days ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Offers for the item(s) described above are due by 4:30 p.m. CDT, June 1, 2004 to NASA/Johnson Space Center, ATTN: BH2/Learon Comeaux 2101 NASA Parkway, Houston, TX 77058 and must include, solicitation number, FOB Destination to this center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://servermpo.arc.nasa.gov/services/nefs/nefshome.tml Offerors shall provide the information required by the FAR 52.212-1 (Jan 2004), Instructions to Offerors-commerical, which is incorporated by reference. Addenda to Instructions to Offerors-Commercial Items (FAR 52.212-1) are as follows: 1) The contractor shall provide an operations manual along with proof exhibiting that this design is capable of meeting the specifications utilizing proven technology. This can be accomplished by supplying pulsing, charging, and discharging data from a similar automated battery test stand created by the manufacturer. 2) The contractor shall provide documented experience in the field of constructing battery test equipment. This can be accomplished by supplying a list of previous customers within the last five years as well as a point of contact. If the end product(s)offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act--Supplies," the offeror shall so state and shall list the country of origin. FAR 52.212-4 (Oct 2003), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (Mar 2004), Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.203-6 Restrictions on subcontractor Sales to the Government. (Jul 1995) 52.212-2 Evaluation-Commercial Items. (Jul 1999) 52.219-6 Notice to Total Small Business Set-Aside (June 2003)(15 U.S.C. 644). 52.222-3 Convict Labor (June 2003) (E.O. 11755). 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 204)(E.O. 13126). 52.222-21 Prohibition of Segregated Facilities (Feb 1999). 52.222-26 Equal Opportunity (Apr 2002)(E.O. 11246). 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212). 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793). 52.222-37 Employment Reports on Special Disabled Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212). 52.225-1 Buy American Act- Supplies (June 2003)(41 U.S.C. 10a-10d). 52.225-13 Restrictions on Certain Foreign Purchases (Dec 2003)(E.o.s,proclamations, and status administered by the Office od Foreign Assets Control of the Department of the Treasury). 52.225-15 Sanctioned European Union Country End Products (Feb 2000)(E.O. 12849). 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003)(31 U.S.C. 3332). FAR Clause 52.204-7 Central Contractor Registration (Oct 2003 is incorporated by reference). The FAR may be obtained via the Internet at URL: http://www.arnet.gov/far/ The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm All contractual and technical questions must be in writing (e-mail or fax) to Learon Comeaux (Learon.J.Comeaux@nasa.gov) no later than May 26, 2004. TELEPHONE QUESTION WILL NOT BE ACCEPTED. Evaluation-Commercial Items (FAR 52.212-2)(Jan 1999). (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered (See FAR 2.101, Best Value). The following factors shall be used to evaluate offers, with consideration given to the factors of past performance, proposed technical merit, and price. This procurement shall be conducted utilizing Best Value Selection (BVS), which seeks to select an offer based on the best combination of price and qualitative merit of the offers submitted and reduce the administrative burden on the offerors and the government. BVS takes advantage of the lower complexity of simplified acquisition procurements and predefines the value characteristics, which will serve as the discriminators among offers. BVS evaluation is based on the premise that, if all offers are approximately equal qualitative merit, award will be made to the offeror with the lowest evaluated price (fixed-price contracts). However, the Government will consider awarding to an offeror with higher qualitative merit if the difference in price is commensurate with added value. Conversely, the Government will consider making award to an offeror whose proposal has lower qualitative merit if the price (or cost) differential between it and other proposals warrant doing so. The performance specification included serves as the Government's baseline requirements. Those offers determined to meet the baseline requirements, will be judged against these value characteristics listed below which establish what the Government considers to be valuable in an offer beyond the baseline requirements. The following characteristics that are applicable to this procurement: 1. The vendors' ability to exceed the technical criteria established for the hardware and software in the performance specification. 2. The abtributes of the warranty associated with the automated battery test stand. 3. The vendors' past performance in the field of producing battery test equipment and producing satisfied customers. The attached Statement of Work (SOW) and Specification is applicable to this procurement. Selection and award will be made to that offeror whose offer will be most advantageous to the Government, with consideration given to the factors of proposed technical merit, price, and past performance. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1 (b)). Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. These may be obtained via the Internet at URL: http://prod.nais.nasa.gov/eps/templates/Commercial_Greather_Than_25K.doc . These representations and certifications will be incorporated by reference in any resultant contract. An ombudsman has been appointed - See NASA Specific Note "B". Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=73 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes may be viewed at the following URLs linked below.
- Web Link
-
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=73#110450)
- Record
- SN00591551-W 20040526/040524212557 (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 |