Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 20, 2005 FBO #1271
SOLICITATION NOTICE

99 -- EVALUATION AND PERFORMANCE TESTING FOR THE 4.0 AH GS-JSB LITHIUM-ION POUCH CELLS

Notice Date
5/18/2005
 
Notice Type
Solicitation Notice
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BH
 
ZIP Code
00000
 
Solicitation Number
NNJ05113662Q
 
Response Due
6/6/2005
 
Archive Date
5/18/2006
 
Description
This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Quotations (RFQ) for Evaluation and Performance Testing for the 4.0 Ah GS-JSB Lithium-ion Rechargeable Pouch Cells. The lithium-ion cells have a nominal voltage of 3.8 V. The capacity of the cells is 4.0 Ah and the model number is LM4. The cell dimensions are typically 11.3 X 65 X 115 mm and have an approximate weight of 132g. The cells are similar to liquid li-ion cells but are in a pouch configuration. The Statement of Work (SOW) lists the tasks necessary to establish the performance of these lithium-ion rechargeable cells. The results and observations will provide a database on the performance characteristics of these cells. 45 cells will be provided for the test and there well be no spares. The provisions and clauses in the RFQ are those in effect through FAC 05-03. This procurement is a total small business set-aside. See Note 1. The NAICS Code and the small business size standard for this procurement are 541380, $6 Million respectively. The offeror shall state in their offer their size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. Delivery of the final report, see SOW, to Johnson Space Center, Transportation, Building 421, 2101 NASA Parkway, Houston, Texas 77058-3696, reissued to Judith Jeevarajan EP5, is required within 6 months after receipt of order (ARO). Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by 1:30 P.M. June 6, 2005, Johnson Space Center, Attn: Sharyn Lee Willis, 2101 NASA Parkway, Houston, Texas 77058 and must include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml Offerors shall provide the information required by FAR 52.212-1 (JAN 2005), Instructions to Offerors-Commercial, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. The FAR may be obtained via the Internet at URL: http://www.arnet.gov/far/ The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm FAR Clause 52.204-7 Central Contractor Registration (October 2003) is incorporated herein by reference. FAR Clause 52.212-4 Contract Terms and Conditions - Commercial Items (October 2004) is incorporated herein by reference. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (January 2005) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L. 108-77, 108-78) (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (May 2004). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (June 2004) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). 52.225-1, Buy American Act-Supplies (June 2003) (41 U.S.C. 10a-10d). 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). 52.245-4 Government-Furnished Property (Short Form), (June 2003). All contractual and technical questions must be in writing to sharyn.l.willis@nasa.gov or fax 281-244-5337 not later than May 25, 2005. Telephone questions will not be accepted. Selection and award will be made to that offeror whose offer will be most advantageous to the Government, with consideration given to the factors of technical merit, price, and past performance. Other critical requirements: 1) Capability to deliver the product within the required delivery schedule, 2) availability of test equipment, 3) past experience with flight project testing, and 4) past experience with lithium ion battery testing. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc . These representations and certifications will be incorporated by reference in any resultant contract. An ombudsman has been appointed -- See NASA Specific Note "B". Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=73 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=73#115593)
 
Record
SN00810575-W 20050520/050518212414 (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.