Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 25, 2010 FBO #3135
SOLICITATION NOTICE

61 -- Purchase of Station Battery - Attachment 1

Notice Date
6/23/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335911 — Storage Battery Manufacturing
 
Contracting Office
Western Area Power Administration - Western Area Power Adminstration
 
ZIP Code
00000
 
Solicitation Number
10WA088875
 
Point of Contact
Jonathan D. Dittmer, Phone: 6053532641, Jim Dickey, Phone: 6053532640
 
E-Mail Address
Dittmer@wapa.gov, Dickey@wapa.gov
(Dittmer@wapa.gov, Dickey@wapa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Battery Specifications Attachment 2 Battery Specifications Attachment 1 This 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; proposals are being requested and a written solicitation will not be issued. This requirement is set-aside 100% for small-business only. The NAICS Code for this synopsis/solicitation is 335911, Size Standard 500 employees. Solicitation/Purchase Request Number 10WA088875 is issued as a Request for Quote (RFQ). This document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-42 effective 16 June 2010. The Government intends to award one contract line item: (CLIN 0001) - Station Battery, Flooded Lead-Acid, 125 VDC, 490 AH Minimum @ C/8 to 1.75V/Cell in accordance with specifications listed in Attachment 1. Quantity 1 Each. Manufacturer: Enersys type EC-13 or C&D KCR-13-S or approved equivalent. (CLIN 0002) - Station Battery, Flooded Lead-Acid, 125 VDC, 660 AH Minimum @ C/8 to 1.75V/Cell in accordance with specifications listed in Attachment 2. Quantity 1 Each. Manufacturer: Enersys type EC-17 or C&D KCR-17-S or approved equivalent. Offerors submitting a quote for an "or equal" product must include the item's specifications with their quote for comparison. This will allow the Department of Energy adequate information to determine whether or not the item is a suitable substitution. Point of Delivery: Hinton, IA 51024 FOB: Destination INSPECTION AND ACCEPTANCE: Destination The following provisions and clauses apply to this procurement: In accordance with the FAR 13.106-1(a)(2), Soliciting Competition, Offerors are notified that award will be made on the basis of best value. Quotes received in response to subject request for proposal (RFP) shall be evaluated for technical acceptability and best value. Technically acceptable offers must meet all minimum specifications but offers which exceed the minimums may be rated more favorably. However, the Government will not pay an unreasonable amount for additional technical capability and will compare any additional capability to any additional price. Since the Government is interested in obtaining the best overall value, award may not go to the lowest overall price if any factors considered justify a higher price. Notwithstanding that technical capability is more important than price, should all offers appear equal, price will become the determining factor in the award decision. If all acceptable offers are equally acceptable, award shall be made to the lowest offeror. Offeror will be evaluated in accordance with FAR 13.106-2, Evaluation of quotations or offers. FAR 52.204-4, Printed or Copied Double-Sided on Recycled Paper; FAR 52.204-7, Central Contractor Registration; FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52-212-3, Offeror Representations and Certification-Commercial Items (all offerors shall include a completed copy of this provision with their proposal); FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. [in paragraphs (b) and (c) the following clauses apply 52.203-6 Alt I, 52.219-6 Alt II, 52.219-8, 52.219-14, 52.222-3; 52.222-19; 52.222-21, 52.222-26, 52.222-35, 52-222-36, 52.222-37; 52.222-39, 52.222-50, 52.225-13, 52.232-33]; FAR 52.219-1 Alt I, Small Business Program Representations; FAR 52.233-3, Protest After Award, FAR 52.242-13, Bankruptcy; FAR 52.252-1, Solicitation provisions incorporated by reference; FAR 52.252-2, Clauses and provisions may be accessed in full text at http://farsite.hill.af.mil/ All quotes are due no later than 9 Jul 2010, Friday, at 4:00 PM CST (Central Standard Time). Quotes may be E-mailed (preferred) to Dittmer@wapa.gov or mailed to Western Area Power Administration, Attn: Jonathan Dittmer, 200 4th St SW. Huron SD 57350. ADDITIONAL INFORMATION: Be advised that all interested parties must be registered in the Central Contractor Registration (CCR) Database in order to receive an award. If you are not registered you may request an application at (888) 227-2423 or through the CCR website at http://www.ccr.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOE/HCA-012/AwardOffice-65/10WA088875/listing.html)
 
Place of Performance
Address: 31245 Harness Road, Hinton, Iowa, 51024, United States
Zip Code: 51024
 
Record
SN02185931-W 20100625/100623235024-c1a8c08ce88b87b0d61cc0f8d3bc3b48 (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  © 1994-2020, Loren Data Corp.