Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 14, 2015 FBO #4858
MODIFICATION

61 -- LITHIUM BATTERY CELLS

Notice Date
3/12/2015
 
Notice Type
Modification/Amendment
 
NAICS
335912 — Primary Battery Manufacturing
 
Contracting Office
53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
 
ZIP Code
92152-5001
 
Solicitation Number
N66001-15-T-7442
 
Response Due
3/13/2015
 
Archive Date
4/12/2015
 
Point of Contact
Point of Contact - Shawna Nevins, Contract Specialist, 619-553-4507; BELINDA SANTOS, Contracting Officer, 619-553-4502
 
E-Mail Address
Contract Specialist
(shawna.nevins@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT 0001 EFFECTIVE 3/12/15 The purpose of this modification is to incorporate questions asked and answered as follows: Question 1. What is the required capacity in mA? (650/700/750 or some other value) Answer 1. 250 mA Question 2. Would you like a tip or flat? Answer 2. Could you clarify on this question? The battery should physically look like a standard double A battery. Question 3. What is your preference for packaging of the lithium batteries individual, 4 per, 10 per, or 25 per pack? Answer 3. 25 per pack, as these are going to be shipped to a warehouse where our team will be using them for maintenance of devices. If more can be in one pack, the larger number would be preferable. Closing date remains unchanged. **************************************************************** This is a SSC Pacific combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. This announcement constitutes only the solicitation. This is a Total Small Business Set Aside (FAR 52.219-6). Only quotes submitted by Small Business Concerns will be accepted by the Government. Any quote that is submitted by a contractor that is not a Small Business Concern will not be considered for award. Competitive quotes are being requested under N66001-15-T-7442. This requirement is set-aside for small businesses, NAICS code is 335912 and the size standard is 1000 employees. Basis for award: The government anticipates awarding a firm-fixed price purchase order and it will be based on the lowest priced technically acceptable quote. Item 0001 LITHIUM BATTERY CELL SAFT LS14500 AA 3.6 VOLT LI-SOC12 P/N:LS14500 QTY: 4,000 EACH FOB DESTINATION Ship to Address: SPAWAR Systems Center Pacific Receiving Officer 4297 Pacific Highway, Bldg OT7 San Diego, CA 92110-5000 Vendors: make sure you reference the following information in the quote: a. DUN & Bradstreet number b. CAGE Code c. Business size d. Delivery date e. RFQ Number: N66001-15-T-7442 "The statement below applies to CLIN 0001. To be considered for award, the offeror certifies that the product being offered is an original, new and Trade Agreements Act (TAA) compliant product, and that the subject products are eligible for all manufacturer warranties and other ancillary services or options provided by the manufacturer. Offeror further certifies that it is authorized by the manufacturer to sell the products that are the subject of this action in the U.S. (i.e., that the products are TAA compliant and that the offeror is authorized to sell them in the U.S.). Offerors are required to submit documentation with the offer identifying its supply chain for the product, and certifying that all products are new, TAA compliant, and in their original packaging. By making an offer, offeror also consents to no cost cancellation of the non-compliant awarded items if, upon inspection after delivery, any products provided are not recognized or acknowledged by the manufacturer as new and original products that are eligible for warranties and all other ancillary services or options provided by the manufacturer or that offeror was not authorized by the manufacturer to sell the product in the U.S., or that the product is in some manner not TAA compliant." This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-80 (02 Mar 2015) and Defense Federal Acquisition Regulation Supplement (DFARS) (26 Feb 2015). It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses can be accessed in full text at www.farsite.hill.af.mil. FAR Clause at 52.212-1, Instructions to Offerors Commercial, and 52.212-4, Contract Terms and Conditions Commercial Items, incorporated by reference, applies to this acquisition. FAR Clause 52.212-3, Offeror Representations and Certifications -- Commercial Items applies to this acquisition in e-Commerce. FAR Clause at 52.212-2 Evaluation Commercial Items basis for award will be the lowest priced technically acceptable quote. Current FAR & DFARS. FAR Clause 52.212-5-Contract Terms and Conditions Required to Implement Statutes or Executive Orders, 52.222-3, Convict Labor (E.O. 11755), 52.222-19, Child LaborCooperation with Authorities and Remedies (E.O. 13126), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (E.O. 11246), 52.225-13, Restrictions on Certain Foreign Purchases (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury), 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (31 U.S.C. 3332), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive OrdersCommercial Items (Deviation) also applies to this acquisition, 52.204-99, System for Award Management Registration (Deviation), 52.222-36, Affirmative Action for Workers with Disabilities, DFARS 252.209-7998, Representation Regarding Conviction of a felony Criminal Violation under any Federal or State Law, 252.204-7000, Disclosure of Information, 252.204-7012, Safeguarding of Unclassified Controlled Technical Information, 252.211- 7003, Item Unique Identification and Valuation, 252.203-7998, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements Representation (Deviation 2015-00010) (FEB 2015) and 252.203-7999, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation 2015-00010) (FEB 2015). This RFQ closes on March 13, 2015 at 10:00, A.M., Pacific Standard Time (PST). Quotes must be uploaded on the SPAWAR e-commerce website at https://e- commerce.sscno.nmci.navy.mil under SSC Pacific/Simplified Acquisitions/N66001-15- T-7442. The point of contact for this solicitation is Shawna Nevins at Shawna.Nevins@navy.mil. Please include RFQ N66001-15-T-7442 on all inquiries. All responding vendors must have a completed registration in the System for Award Management (SAM) program prior to award of contract. Information to register in SAM can be found at: https://www.sam.gov/portal/public/SAM/. Complete SAM registration means a registered DUNS and CAGE Code numbers. 252.203-7999 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS.(DEVIATION 2015-O0010) (FEB 2015) (a) The Contractor shall not require employees or subcontractors seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The Contractor shall notify employees that the prohibitions and restrictions of any internal confidentiality agreements covered by this clause are no longer in effect. (c) The prohibition in paragraph (a) of this clause does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (d)(1) In accordance with section 743 of Division E, Title VIII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015, (Pub. L. 113-235), use of funds appropriated (or otherwise made available) under that or any other Act may be prohibited, if the Government determines that the Contractor is not in compliance with the provisions of this clause. (2) The Government may seek any available remedies in the event the Contractor fails to perform in accordance with the terms and conditions of the contract as a result of Government action under this clause. (End of clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/03029da2958d2c9ba50c401db8fa6f31)
 
Record
SN03665954-W 20150314/150312235014-03029da2958d2c9ba50c401db8fa6f31 (fbodaily.com)
 
Source
FedBizOpps 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.