Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 23, 2024 SAM #8152
SOLICITATION NOTICE

61 -- Ice Buoy Batteries

Notice Date
3/21/2024 7:49:10 AM
 
Notice Type
Presolicitation
 
NAICS
335910 —
 
Contracting Office
DOL-9 NORFOLK VA 23510 USA
 
ZIP Code
23510
 
Solicitation Number
70Z08424RWOPL0002
 
Response Due
4/4/2024 9:00:00 AM
 
Archive Date
04/19/2024
 
Point of Contact
Kirsten Johnson, Phone: 757-628-4453, Jennifer Blackwell, Phone: 7576284157
 
E-Mail Address
Kirsten.I.Johnson@uscg.mil, jennifer.blackwell@uscg.mil
(Kirsten.I.Johnson@uscg.mil, jennifer.blackwell@uscg.mil)
 
Small Business Set-Aside
WOSB SBA Certified Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15)
 
Description
SYNOPSIS / PRESOLICITATION NOTICE 70Z08424RWOPL0002 The U.S. Coast Guard, Operational Logistics Command (LOG-95), in Norfolk, VA has a requirement for Ice Buoy Batteries.� The contractor shall manufacture and deliver Lithium Battery Packs for Ice Buoys for USCG Waterway Operations Product Line (WOPL) used by Aids to Navigation (ATON) units across the U. S. Coast Guard that meet the requirements identified in the Specification for Lithium Battery Pack for Ice Buoy; Spec No. 505, Revision E. These specifications include certain dimensions, materials, tolerances, and inspection and testing requirements. In addition, the contractor then must be able to deliver them in approved packaging to locations identified in contract by the specified due date listed on the individual delivery orders when requirements arise.� The solicitation will be issued utilizing �Woman-Owned Small Business Set-Aside� using FAR Part 15 Contracting by Negotiation.� The applicable NAICS Code is 335910 and the size standard is 1250 employees. The intended contract vehicle will be a Indefinite Delivery Requirements contract with fixed unit prices. Individual delivery orders will be issued pursuant to the contract when supplies are required. The period of performance is anticipated to be for a one-year Base Period and 4 one-year Option Periods (not to exceed five years if all options years are exercised by the Government). The performance period of the contract is anticipated to start May 2024. Please note that in order to be eligible for award your company must be registered in the System for Award Management (SAM) database at the SAM Website at https://sam.gov .� Please address all requests for additional information, comments, and questions to Ms. Kirsten Johnson, Contract Specialist/CTR at email Kirsten.I.Johnson@uscg.mil. IMPORTANT: The Solicitation will be available on or about April 9, 2024, and will close tentatively scheduled for May 10, 2024. �Interested parties are hereby notified that this solicitation will be available exclusively on the Sam.gov under Contract Opportunities - website https://sam.gov .� The solicitation, all attachments and all amendments will be published for viewing and printing from the SAM website. Interested parties are responsible for monitoring the SAM website for the solicitation and any amendments to the solicitation. No paper copies of the solicitation and/or amendments will be distributed.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a9d71d118ed44085b08d79e7dc4878d6/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07005434-F 20240323/240321230049 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.