Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 17, 2005 FBO #1179
SOLICITATION NOTICE

25 -- ID/IQ CONTRACT FOR BATTERY, NSN 6140-01-485-1472 SEALED, MAINTENANCE FREE FOR COMBAT AND TACTICAL VEHICLES

Notice Date
2/15/2005
 
Notice Type
Solicitation Notice
 
NAICS
335911 — Storage Battery Manufacturing
 
Contracting Office
USPFO for Kansas, 2737 South Kansas Avenue, Topeka, KS 66611-1170
 
ZIP Code
66611-1170
 
Solicitation Number
W912JC-05-R-4002
 
Response Due
3/2/2005
 
Archive Date
5/1/2005
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a combined solicitation/synopsis for Indefinite Delivery Indefinite Quantity type contract for a three year period from date of award for 12 volts Military Batteries Type  Sealed , Maintenance Free for combat and tactical vehicles for the Regional Maintenance Site, Kansas Army National Guard, Ft. Riley, KS. Batteries, Stock Number 6140-01-485-1472 Physical Description: Plate Design: High purity lead-tin alloy. Prismatic Cell Configuration Case: Polypropylene. Approx. Length: 10 inch, Width: 10.5 inch, Height: 8.9 inch and Minimum Weight: 88 lbs. Performance Data: Open Circuit Voltage (fully charged): 13.0 volts, Internal Resistance (fully charged): .0017 ohms, Capacit y: 120Ah (C/20), Reserve Capacity: BCI: 240 minutes (25 amp discharge, 80F (26.7 degree C), to 10.5 volts cut off). Power: CCA (BCI 0 degree F): 1225 amps, Cycle Life: - Deep Cycle (BCI): 350 cycles and Shelf Life: 30 months at 25 degree C. Estim ated yearly requirement is 868 EA. Price shall include appropriate recycling-disposal of existing batteries. Price: FOB Destination to Ft. Riley, KS. Minimum quantity for single order is 108 EA. Batteries must meet or exceed all 6TMF specifications and with 1225 Cold Cranking Amps or greater with a shelf life of up to 30 months or longer. Categorized as non-hazardous by the Department of Transportation and must be approved for air transport in both military and commercial aircraft. Reserve Capacity (2 40 minutes) Estimated amount this contract is between $500,000 and $1,000,000. Firms that recognize and can produce and deliver the required battery described above are encouraged to submit a proposal. Proposals must provide product descriptive literat ure necessary to prove compliance with minimum battery specifications. Indicate number of days for delivery from date of order receipt. All responsible sources may submit an offer, which shall be considered by the Agency. Award shall be made based on t he lowest priced technically acceptable proposal. Multiple awards will not be made. This solicitation is prepared IAW FAR Subpart 12.6 as supplemented with additional information included in this notice. This solicitation W912JC-05-R-4002 is issued as a RFP. This is a solicitation document and incorporates provisions are those in effect through Federal Acquisition Circular 2001-26. NAICS code is 335912. The provision at FAR 52.212-3, Offeror Representations and Certifications (1/2005) applies to this acquisition. This may be downloaded at http://farsite.hill.af.mil/vffara.htm A complete signed copy of this provision must be submitted with your proposal. The clause at FAR 52-212-4, Contract Terms and Conditions (10/2003) applies to this acquisition. The clause at FAR 52.212-5, Contract terms and Conditions Required to Implement Satutes or Executive Orders-Commercial Items (1/2005) applies to this acquisition. Under paragraph b, the following clauses are incorporated: 52.203-6, Restrictions on Sub contractor Sales to the Government, with Alternate I; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans & Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 252.222-37, Employment Repor ts on Disabled Veterans; 52-225-3, Buy American Act-Supplies. The clause 52.232-33, Mandatory Information for Electronic Funds Transfer Payment (10/2003) applies to this solicitation. The clause at DFARS 252.212-7001, Contract Terms and Conditions Requ ired to Implement Statutes to Defense Acquisition of Commercial items, is applicable to this acquisition. Proposals are due within 15 days of this notification (but NLT 1600 hrs 2 Mar 05). Contracting Officer telephone 785.274-1214, USPFO for Kansas, 2737 S. Kansas Ave., Topeka, KS 66611-1170 or fax to 785 274-1642, Attn: Martha McCoy; or e-mail to martha.mccoy@ks.ngb.army.mil Simplified Acquisition Procedu res will be utilized.
 
Place of Performance
Address: USPFO for Kansas 2737 South Kansas Avenue, Topeka KS
Zip Code: 66611-1170
Country: US
 
Record
SN00751370-W 20050217/050215212101 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.