Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2010 FBO #3199
SOURCES SOUGHT

99 -- Acquisition & Installation of Valve Regulated Lead Acid and Flooded Cell Batteries at FAA General National Air Space (GNAS) Facilities

Notice Date
8/26/2010
 
Notice Type
Sources Sought
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AMQ-210 AMC - Aeronautical Center (Oklahoma City, OK)
 
ZIP Code
00000
 
Solicitation Number
DTFAAC-10-R-05288
 
Response Due
10/1/2010
 
Archive Date
10/16/2010
 
Point of Contact
Connie Houpt, 405-954-7820
 
E-Mail Address
connie.m.houpt@faa.gov
(connie.m.houpt@faa.gov)
 
Small Business Set-Aside
N/A
 
Description
The Federal Aviation Administration (FAA) has a requirement for the acquisition and installation of Valve Regulated Lead Acid and Flooded Cell Batteries at FAA General National Air Space (GNAS) facilities with critical power and backup power requirements. Under these anticipated contracts, batteries and services will be provided to the FAA anywhere within the 48 contiguous United States, Alaska, Hawaii, Puerto Rico, Bahamas and Guam. The intent of the requirement is to acquire Commercial Off-The-Shelf/Non-Developmental Items (COTS/NDI) battery equipment. Battery strings provide backup power to Uninterruptible Power Supplies (UPSs) and Direct Current Back-UP Systems (DC BUSs) during commercial power service interruptions. The vendors will furnish and deliver the batteries, remove and dispose existing batteries, install new batteries, and reinstall existing battery monitoring system, test new battery string and record baseline readings. GNAS Battery String components include: a. Battery String. Valve Regulated Lead Acid (VRLA) battery or Flooded Cell Battery (FCB) having thirteen or more batteries. The batteries are connected in series and referred to as a "Battery String". Typical numbers of batteries per string are: 18, 24, 30, and 40 supplying 36, 48, 360 and 480 volts DC, respectively. b. Battery-to-battery connecting hardware.c. Battery tier-to-tier connecting hardware. It is estimated that 192 battery strings will be replaced per year. It is anticipated that up to four (4) Indefinite-Delivery/Indefinite-Quantity type contracts, with Fixed Price with Economic Price Adjustment, Time-and-Material and Cost-Reimbursement pricing arrangements, will be awarded covering these supplies and services. The resultant contracts will include a base year and four 1-year renewal options. These options may or may not be exercised, at the sole discretion of the FAA. "Q&A Open period." Questions regarding the solicitation and/or Statement of Work shall be provided electronically to the Contracting Officer (connie.m.houpt@faa.gov) prior to September 17, 2010. Q&As will be posted on the FAA Contract Opportunities website. This requirement is 100% set-aside for competition among small businesses. The NAICS code applicable to this requirement is 335911-Storage Battery Manufacturing. The business size standard for this NAICS is 500 employees. A technical, as well as cost, evaluation will be conducted to determine "Best Value" to the FAA. A description of the technical submittal and subsequent evaluation can be found in Sections L and M of the Screening Information Request/Request for Offer (SIR/RFO). Contractors must be registered with the Central Contractor Registration, www.ccr.gov on the date established for receipt of offers (October 1, 2010). Reference AMS Clause 3.3.1-33, paragraph (d), "if the offeror does not become registered in the CCR database in the time prescribed by the Contracting Officer, the Contracting Officer may proceed to award to the next otherwise successful registered Offeror." In addition, offerors must complete and return the attached Business Declaration Form. The form is provided as a separate document under this announcement. The FAA reserves the right to review and verify each offeror's program eligibility. Complete submittals, both technical and cost proposals, must be received by the FAA, no later than 2:00 p.m. CST, Friday, October 1, 2010. Any responses received after that date and time will not be considered in accordance with AMS provision 3.2.2.3-14, Late Submissions, Modifications, and Withdrawals of Submittals. If all requested information is not furnished, the vendor's response may be determined ineligible. ELECTRONIC OFFERORS ARE NOT AUTHORIZED. All deliveries; e.g. hand-delivery, overnight, etc., will need to allow sufficient time to process through security procedures in place at the Aeronautical Center. 10:00 a.m. delivery to the MMAC Screening Facility does not guarantee 2:00 p.m. delivery to the AMQ Customer Service Desk. Any responses received after 2:00 p.m. CST, October 1, 2010, will not be considered in accordance with AMS provision 3.2.2.3-14, Late Submissions, Modifications, and Withdrawals of Submittals. If all requested information is not furnished, the vendor's response may be determined ineligible. Potential offerors should note that the FAA reserves the right to communicate with one or more offerors at any time during the solicitation process. The FAA reserves the right to no longer consider on this acquisition, firms which fail to respond, firms with respond incompletely, or firms which respond with any information found to be verifiably false. The FAA will not pay for any information received or costs incurred in preparing responses to this announcement. This Notice is for informational purposes for Minority, Women-Owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization, has a program to assist small businesses, small businesses owned and controlled by a socially and economically disadvantaged individuals, and women-owned concerns to acquire short-term working capital assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $750,000. For further information and applicable forms concerning the STLP, call the OSDBU at (800) 532-1169."
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/MMACTR/DTFAAC-10-R-05288/listing.html)
 
Record
SN02257093-W 20100828/100827000757-957ec419883364ba95603c7e891cb9a0 (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.