Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 06, 2011 FBO #3450
SOLICITATION NOTICE

59 -- Batteries - RFQ

Notice Date
5/4/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335911 — Storage Battery Manufacturing
 
Contracting Office
Department of Justice, Federal Bureau of Investigation, Quantico Contracts Unit, FBI Engineering Research Facility, FBI Academy, Quantico, Virginia, 22135, United States
 
ZIP Code
22135
 
Solicitation Number
E013041
 
Archive Date
5/26/2011
 
Point of Contact
Jacob Gessel, Phone: 703-985-6233
 
E-Mail Address
Jacob.Gessel@IC.FBI.GOV
(Jacob.Gessel@IC.FBI.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
RFQ PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information in this request. This announcement constitutes the only solicitation. This procurement is being conducted under Federal Acquisition Regulation parts 12 and 13. The Federal Bureau of Investigation is issuing this acquisition as a Request for Quote (RFQ) under solicitation number E013041. The NAICS Code for this requirement is 335911 - Storage Battery Manufacturing. This procurement is set-aside for total small businesses. The resultant contract will be a firm-fixed price contract. Brand name or equal items will be accepted. If an "equal" item is being proposed, then the product specifications must be included with the quote to demonstrate that the proposed item is equal. Item# Part # Manufacturer Description Qty 1 LSH20 Saft 3.6V 13000 MAH Lithium Battery 6000 2 LS14500 Saft 3.6V Lithium 2600 MAH AA Battery 150 3 LSH14 Saft 3.6V 5800 MAH Lithium Battery 60 Minimum Salient Technical Requirements: The following minimum salient specifications shall be met for all proposed products. 1. SAFT LSH 20 "D" size a. Nominal Capacity: 13.0 Ah b. Open Circuit Voltage: 3.6V c. Maximum pulse current capability: 4000mA / 1 sec pulse, drained every 2 mn at +20˚C from undischarged cells with a 10 μA base current, yield voltage reading above 3.0V d. Maximum Continuous Current: 1800 mA e. Operating Temperature Range: -60˚C to +85˚C f. Diameter: 33.4mm g. Height: 61.6mm h. Weight: 100g i. Acceptable self discharge rate: <3% after 1 year storage at 20˚C 2. SAFT LSH 14 "C" size a. Nominal Capacity: 5.8 Ah b. Open Circuit Voltage: 3.6V c. Maximum pulse current capability: 2000mA / 1 sec pulse, drained every 2 mn at +20˚C from undischarged cells with a 10 μA base current, yield voltage reading above 3.0V d. Maximum Continuous Current: 1300 mA e. Operating Temperature Range: -60˚C to +85˚C f. Diameter: 26.0mm g. Height: 50.4mm h. Weight: 51g i. Acceptable self discharge rate: <3% after 1 year storage at 20˚C 3. SAFT LS 14500 a. Nominal Capacity: 2.6 Ah b. Open Circuit Voltage: 3.6V c. Maximum pulse current capability: 280mA / 1 sec pulse, drained every 2 mn at +20˚C from undischarged cells with a 10 μA base current, yield voltage reading above 3.0V d. Maximum Continuous Current: 70 mA e. Operating Temperature Range: -60˚C to +85˚C f. Diameter: 14.65mm g. Height: 50.3mm h. Weight: 16.7g i. Acceptable self discharge rate: <1% after 1 year storage at 20˚C Shipping Instructions: Shipping under this requirement shall be FOB destination. Items shall be delivered to Quantico, VA. Submission Instructions Responses shall be submitted via electronic submission to Jacob Gessel at Jacob.Gessel@IC.FBI.GOV. The due date for responses to this RFQ is on or before May 11, 2011 at 11:00 AM Eastern Standard Time (EST). Responses must be marked as follows: "RFQ E013041." All questions regarding this requirement must be submitted to Jacob Gessel via email. Quotes shall include a point of contact (including phone number, fax number and email address), contractor DUN's number and TIN number. ALL QUOTES MUST BE VALID FOR 60 DAYS. The Contract Officer for this solicitation is Lauren Caperton. Terms and Conditions: This RFQ incorporates the provisions and clauses that are in effect through Federal Acquisition Regulation Circular 2005-30. The provision at FAR Clause 52.212-1, Instructions to Offerors (Jun 2008) and addendum are incorporated into this solicitation. Addendum to 52.212-1, Modify: (b) Submission of offer(s) is to read as follows: "Submit offers electronically to Jacob.Gessel@IC.FBI.GOV. Provision 52.212-2, Evaluation - Commercial Items (Jan 1999) is incorporated by reference. This requirement will be awarded to the low price technically acceptable (LPTA) offeror. Provision 52.212-3 Offeror Representations and Certifications-Commercial Items (Aug 2009) is incorporated. Contractors may submit their online Representations and Certifications Application (ORCA) at the following government portal: http://orca.bpn.gov. Clauses 52.212-4 Contract Terms and Conditions-Commercial Items (Mar 2009), and 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Feb 2010), apply to this solicitation. The following additional clauses under FAR 52.212-5 are applicable; 16) 52.222-3, Convict Labor; 17) 52.222-19, Child Labor; 18) 52.222-21, Prohibition of Segregated Facilities; 19) 52.222-26, Equal Opportunity; 20) 52.222-35, Equal Opportunity for Special Disabled Veterans; 21) 52.222-36, Affirmative Action for Workers with Disabilities; 22) 52.222-37, Employment Reports on Special Disabled Veterans; 24) 52.222-50, Combating Trafficking in Persons; 31) 52.225-13, Restrictions on Certain Foreign Purchases; 36) Payment by Electronic Funds Transfer - Central Contractor Registration. Central Contractor Registration: The awardee shall be registered in the Central Contractor Registration Database. Full text of the FAR clauses can be found at: http://www.acqnet.gov/far.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/FBI/ECU15/E013041/listing.html)
 
Place of Performance
Address: Quantico, Virginia, 22135, United States
Zip Code: 22135
 
Record
SN02440352-W 20110506/110504235721-9874b02f194e1275deacdf8628e3129f (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.