Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 01, 2004 FBO #0826
MODIFICATION

99 -- Batteries for ILS

Notice Date
2/27/2004
 
Notice Type
Modification
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AMQ-210 Aeronautical Center (AMQ)
 
ZIP Code
00000
 
Solicitation Number
DTFAAC-04-R-55896
 
Response Due
3/12/2004
 
Archive Date
4/11/2004
 
Point of Contact
Connie Houpt, 405/954-7820
 
E-Mail Address
Email your questions to connie.m.houpt@faa.gov
(connie.m.houpt@faa.gov)
 
Description
The Federal Aviation Administration (FAA), Mike Monroney Aeronautical Center (MMAC), Oklahoma City, Oklahoma, has a requirement for an estimated annual quantity of 850 each wet batteries, NSN 6140-02-291-6488, C&D Batteries P/N LS12-100, or Douglas Battery Mfg Co. P/N DG12-100J, or Equal. The batteries are required in support of the Aircraft Instrument Landing System (ILS). The North American Industry Classification System code is 335912. The proposed Indefinite Delivery/Requirements type contract will include option provisions to renew for four (4) additional one-year periods. If offering other than C&D Batteries P/N LS12-100, or Douglas Battery Mfg. Co. P/N DG12-100J, the proposed battery must meet the following salient characteristics. Salient Characteristics Per FAA-E-2826 1.2.1(a) Type-I Lead-Acid batteries, Stationary Standby Float [Automotive  type batteries for Stationary Standby systems are specifically prohibited by the National Electrical Code of 1987, article 700-12(a)] 1.2.2(c) Class-3 Lead-Acid batteries, Sealed, No Maintenance 1.2.3(a) Style  B Non-Spillable Electrolyte, and Not Orientation or Attitude Sensitive 3.2.1 Battery voltage  12 volts nominal 3.2.2(a) Battery Capacity  100 Ampere-hour, Deep Cycle 3.2.2(b) Discharge Rate  Must supply 11 Amperes for a minimum of 4 hours 3.2.2(c) Charge Rate  Constant 13.5 Volt floating charge, with charging current limited to a maximum of 2 amperes 3.2.3 Battery Condition  Charged and Wet: shipped fully charged and ready to use 3.2.4 Efficiency  When tested for Ampere-hour efficiency, the ratio of Ampere/hours of discharge to the Ampere-hours of recharge shall not be less than 85 percent. 3.2.5 Float Charging  The battery shall not be damaged by float charging and shall accept float charging. 3.2.6(c)(1) Life Cycle of Battery  100 cycles total, of which 50 cycles are discharges of from 90% to 100% of specified capacity, 30 cycles are discharges of from 75% to less than 90% of specified capacity, and 20 cycles are discharges of from 40% to less than 75% of specified capacity. Recharges shall be initiated within 2 hours after the end of discharging, except that one recharge per year may be delayed 48 hours. All recharges shall be complete, based on the Ampere-hours of recharge current and the battery charge efficiency specified in 3.2.4 versus the Ampere-hours of battery capacity withdrawn by discharging. 3.2.8 Dimensions  A. LENGTH: Not-To Exceed 20.0 B. WIDTH: Not To Exceed 7.1 C. HEIGHT: Not To Exceed 10.1 3.2.10 Vents  If required: The battery shall contain means to prevent internal gas pressure buildup and to impede liquid and aerosol loss through the vents. 3.2.10(a) Flame Arresting  The battery vents shall include flame arresting means to prevent externally incident flame fronts from entering battery internal parts. 3.2.11 Terminals  Threaded Top Studs Offerors are required to provide, for FAA review, the characteristics of their product in the same terms and units as listed above. Requirements will be placed on an as needed basis. Each requirement will be direct ship from the contractor to the facility as orders are received. Contractors standard commercial warranty is required if at no additional cost to the FAA. The FAA has adopted a three-phase approach in accommodating this acquisition. The first phase (identified as SIR No. 1) involves offeror submission of technical documentation for evaluation by the FAA against the established salient characteristics identified above. Only those offerors submitting required technical documentation that is found to conform to the FAAs salient characteristics will be permitted to participate in the second phase of the acquisition process. The second phase (identified as SIR No. 2) will involve submission of one battery (bid sample). Battery will be evaluated for form, fit, and function in operational ILS equipment. The third phase (identified as SIR No. 3) will involve the issuance of a Request for Offer (RFO) with submission of price proposals based on each successful offerors submission under the first and second phase. If proposing on the brand name, no technical or descriptive literature will be required; however, you must notify the FAA of your intent. The FAA reserves the right to add incumbent contractors and/or other sources which meet the criteria and have performed satisfactorily on previous procurements. No prices/pricing information or bid samples are to be submitted at this time. Technical documentation/descriptive literature must be received by the FAA, Customer Service Desk (AMQ-140), 6500 S. MacArthur Boulevard, P.O. Box 25082, Oklahoma City, Oklahoma 73125, no later than 3:00 p.m. CST, March 12, 2004. Hand-carried proposals (or proposals sent by overnight delivery) shall be delivered to Room 321 of the Multi-Purpose Building located at 6500 South MacArthur Boulevard, Oklahoma City, Oklahoma 73169. Required technical documentation (proposal) must be sealed and labeled as follows: Technical Documentation; (SIR No. 1) DTFAAC-04-R-55896; due 3:00 p.m. CST, March 12, 2004. Offerors are advised that due to the enhanced security measures recently implemented at the Aeronautical Center, access to the installation is limited and hand delivery of responses will be permitted under FAA escort only. Overnight delivery of responses to this SIR could also be impacted if not sent in sufficient time to allow for special mail handling procedures now in place at the Aeronautical Center. Potential offerors should note that the FAA reserves the right to communicate with one or more offerors at any time during the SIR process. This SIR No. 1 is not to be construed as a contract or a commitment of any kind. The Government shall not be liable for payment of any costs attributed to the submission of bid samples for testing by the FAA nor costs attributed to the preparation and submission of requested technical documentation. All interested sources must submit requests for the RFQ in writing (FAX No. 405-954-9219) or via the Internet by March 12, 2004. All responsible sources may submit an offer which will be considered by the agency. Inquiries regarding the SIR No. 1 should be directed to the Contracting Officer, Connie M. Houpt, (405) 954-7820. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (27-FEB-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 28-FEB-2004. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
FAA Contract Opportunities
(http://www.asu.faa.gov/faaco/index.htm)
 
Record
SN00533437-W 20040301/040228222322 (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  © 1994-2020, Loren Data Corp.