Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 26, 2009 FBO #2832
SOLICITATION NOTICE

59 -- Lead acid Batteries

Notice Date
8/24/2009
 
Notice Type
Presolicitation
 
Contracting Office
Bureau of Reclamation - UC - Albuquerque Area Office 555 Broadway NE Suite 100 Albuquerque NM 87102
 
ZIP Code
87102
 
Solicitation Number
R09ps43073
 
Response Due
9/2/2009
 
Archive Date
8/24/2010
 
Point of Contact
Albert J Richard Purchasing Agent 5054623568 arichard@usbr.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
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; offers are being requested and a written solicitation will not be issued. Solicitation number R09PS43073 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-36. This is a total small business set-aside under NAICS 423610 with an associated small business size standard of 100 Employees. The power plant dc control system consists of 58 individually cased flooded lead acid battery cells. The battery must meet the following requirements for power supplies that are engineered for the demanding requirements of power generation and switch gear applications. Must consist of 58 individual cellsMust include 4 spare cells, shipped dryMust be constructed of lead calcium or lead seleniumMust be rated at 300 to 350 nominal AH (Amp-Hour) capacity Must include all required un-insulated inter-cell connection hardware The normal floating voltage at 77 degrees Fahrenheit shall be 2.20 - 2.25 VDC Recommended nominal voltage for all 58 cells in series shall be 125 VDC Equalizing voltage shall be 2.33 - 2.40 VDC for each individual cell The battery cell containers shall be transparent for visual cell inspectionsMust provide sufficient non-oxidizing grease for complete battery installation Battery Rack System A seismic zone 2B battery rack shall be required. These racks shall have a means to be securely fastened to the existing concrete platforms on which the existing battery cells are located. The existing platforms are 12 inches tall and 30 inches wide. The rack system shall consist of two separate racks. Each rack shall be a 2 step design that is securely fastened to the concrete floor and the concrete platforms. Floor space is critical and the new rack configuration shall fit within the specified dimensions. Rack will be painted with acid resistant coating and rails and frame brackets will be insulated. A drawing of the existing platform is attached. The provision at 52.212-1, Instructions to Offerors-Commercial applies to this acquisition. By the provision at 52.212-2, Evaluation-Commercial Items, technical capability of equipment and labor to meet the described government need, and price will be evaluated equally. It is advised that a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items be submitted along with the offer; the provision may also be completed online by accessing http://orca.bpn.gov. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items applies. No addenda are enclosed. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The following additional FAR clauses also apply: 52.204-06, Data Universal Numbering System (DUNS) Number; 52.204-07, Central Contractor Registration; 52.219-6, Notice of Total Small Business Set-Aside; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 2.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-41. Written offers on a company letterhead with contact information are due no later than Enter Date and Time here by mail to or in person at Bureau of Reclamation, 555 Broadway Blvd. NE, Albuquerque, NM 87102, by facsimile at 505-462-3796, or by electronic mail to arichard@usbr.gov. For information regarding this Request for Quotation, please contact enter Albert Richard at 505-462-3568.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ddc9e241a3df960438764b8260265490)
 
Record
SN01923344-W 20090826/090825000811-ddc9e241a3df960438764b8260265490 (fbodaily.com)
 
Source
FedBizOpps 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.