SOURCES SOUGHT
61 -- Eaton Corporation PWHR12280W4FR VRLA Batteries
- Notice Date
- 7/5/2024 12:18:35 PM
- Notice Type
- Sources Sought
- NAICS
- 335910
—
- Contracting Office
- DEPT OF COMMERCE NOAA SEATTLE WA 98115 USA
- ZIP Code
- 98115
- Solicitation Number
- 142092240042SM
- Response Due
- 7/17/2024 11:00:00 AM
- Archive Date
- 08/01/2024
- Point of Contact
- MAS, STEPHANIE, Phone: 3035786768
- E-Mail Address
-
STEPHANIE.MAS@NOAA.GOV
(STEPHANIE.MAS@NOAA.GOV)
- Description
- Notice Number: 142092240042SM Notice Type: Sources Sought Synopsis Title: Eaton Corporation PWHR12280W4FR VRLA Batteries Response Date: July 17, 2024 This is a SOURCES SOUGHT SYNOPSIS and is not a pre-solicitation announcement. The purpose of this Market Research and Sources Sought Notice is to gain knowledge of potential qualified U.S. Domestic businesses, which could include Small Business, HUBZone, 8(a), Service Disabled Veteran Owned, Women Owned Small Business firms and even Large Businesses. Responses to this Sources Sought Synopsis will be used by the Government in making appropriate acquisition decisions. The National Oceanic and Atmospheric Administration (NOAA), National Weather Service (NWS), Office of Water Prediction (OWP) is tasked to perform research and development (R&D) for hydrologic services including production, testing and integration, and software development. To accomplish this suite of services, OWP leverages its operating locations based in Silver Spring at NWS HQ (SSMC2). in Tuscaloosa, AL, and Chanhassen. MN. Each of these locations leverages both the technology and human capital to maintain the Program Management Office (PMO) strategic goals and milestones. The National Water Center has an Eaton Corporation uninterrupted power supply (UPS) System that provides a power bridge between our utility power and our generators in the event we lose utility power. This protects the data centers, cooling equipment, security systems, as well as most desktops and laptops. Eaton replacement batteries are needed to ensure the health of the UPS system. INTENDED USE/PURPOSE: Eaton brand PWHR12280W4FR VRLA batteries are drop-in replacements for the batteries currently in use in the UPS system. They are specifically designed for high power density and long life applications, and can be used for more than 260 cycles at 100% discharge in cycle service. This is the only known product that can meet the Government�s needs, and this notice�s intent is to identify any other products that meet the full requirements listed below. SPECIAL REQUIREMENTS/ESSENTIAL SALIENT FEATURES: Features: UL recognized components under UL1989 as well as ISO 9001 and ISO 14001 certified Specially designed for high power density and long life applications Small volume, lightweight, and high discharge efficiency Can be used for more than 260 cycles at 100% discharge in cycle service Absorbed glass mat (AGM) design Low self-discharge Built to comply with IEC 60896, DIN 473534, Eurobat Exclusive three year battery parts coverage and one year battery labor coverage (with option to purchase labor coverage for years 2 and 3) Technical Specifications: Cells (per battery): 6 Voltage (per battery): 12 Rating: 280W @ 15 minute-rate to 1.67V per cell @ 77�F (25�C) Weight: Approx. 56.89 lb. (25.80 kg) Lead weight: Approx. 41.12 lb. (18.65 kg) Maximum discharge current: 800 A (5 seconds) Short circuit current: 2576 A Internal resistance (approximate): Approx. 3.5 m? Operating temperature range: Discharge: -15�C to 50�C (5�F to 122�F); Charge: -15�C to 40�C (5�F to 104�F); Storage: -15�C to 40�C (5�F to 104�F) Float charging voltage: 13.5 to 13.8 VDC/unit; Average at 77�F (25?C) Container material: Polypropylene Dimensions: Length (L): 261.0 � 2.5 mm 10.28 � 0.10 inch Width (W): 168.5 � 2.0 mm 6.63 � 0.08 inch Container Height (H): 210.5 � 2.5 mm 8.29 � 0.10 inch Overall Height (H): 213.5 � 2.5 mm 8.41 � 0.10 inch DELIVERY SCHEDULE: Deliver by 30 days after date of award. The North American Industry Classification Code (NAICS) is 335910 with a size standard of 1,250 employees. Interested firms shall provide, in writing, a brief narrative (no more than 3 pages in length) and documentation to support your firm�s capability and experience meeting the requirements herein and include your firm�s name, address, point of contact, telephone number, UEID Number, CCR CAGE Number, business type and size (i.e., small, large, non-profit, educational, etc.). Any response that does not include this information will not be considered. The Government will review your response to determine if your firm has the experience, knowledge and capability to provide the items as specified above. This request for information does not constitute a commitment, implied or otherwise, that a procurement action will be issued. Nor does this request for information constitute a commitment, implied or otherwise, that any procurement action may be issued for the Government�s requirements. No entitlement to payment of direct or indirect costs or charges by the Government will arise because of the submission of contractor�s information. The Government shall not be liable for or suffer any consequential damages for proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. All contractors doing business with the Government are required to be registered and active with the System for Award Management (SAM) website. NOTE: THIS SYNOPSIS IS NOT CONSIDERED A REQUEST FOR PROPOSAL BUT A REQUEST FOR INFORMATION ONLY. No solicitation document is available. No contract will be awarded based on responses received to this notice.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/a0803ca320ed4c85b5c6cd80a8d5cc2a/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN07118892-F 20240707/240705230105 (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 |