Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 14, 2017 FBO #5865
SOURCES SOUGHT

59 -- Marine Lithium-ion Rechargeable Batteries

Notice Date
12/12/2017
 
Notice Type
Sources Sought
 
NAICS
335911 — Storage Battery Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Acquisition Division - Norfolk, Norfolk Federal Building, 200 Granby Street, Norfolk, Virginia, 23510, United States
 
ZIP Code
23510
 
Solicitation Number
NWWG2100-18-RQ-00203
 
Archive Date
1/18/2018
 
Point of Contact
Heather Saunders, Phone: 757-605-1260, Timothy Wampler, Phone: 757-441-6563
 
E-Mail Address
Heather.Saunders@noaa.gov, Timothy.Wampler@noaa.gov
(Heather.Saunders@noaa.gov, Timothy.Wampler@noaa.gov)
 
Small Business Set-Aside
N/A
 
Description
This notice is prepared in accordance with FAR 5.207 and is not a request for quote (RFQ). RFQ number NWWG2100-18-RQ-00203 is assigned for tracking purposes only. This is a notice of the Government's intent to award one (1) purchase order with firm-fixed prices to Lithiumstart, Inc. 865 Hinckley Rd. Burlingame, CA 94010 on a sole source basis for the purchase of forty (40) marine lithium-ion rechargeable batteries for the National Data Buoy Center (NDBC) Technology Refresh Systems to be built and deployed in 2018. Marine Lithium-ion Rechargeable Battery, PN: BATA-3-40-PN8-15H, Qty 40. Marine Lithium-ion Rechargeable Batteries are commercial items in accordance with FAR 2.101 and are used by the NDBC in the new Self-Contained Ocean Observing Payload (SCOOP) data acquisition system. The SCOOP system is a technology refresh for the NDBC's current coastal monitoring stations. The NDBC contracted out this design effort under procurement NWWG9502-14-00518 which in open competition was won by Lithiumstart Inc. and awarded under contract EA-133W-14-SU-0268. Under a subsequent procurements to Lithiumstart Inc. the battery was destructively (explosion and fire) tested to ensure the safety of the battery during shipping, handling, and installation on marine platforms. A follow-on procurement in 2016 added a heater to the design to ensure the full functioning of the battery in stations located above the 45° latitude. During fiscal year 2015 and 2016 small quantities of the designed batteries were purchased for laboratory and field testing and the design was tweaked with improved anodized coatings to reduce corrosion in the marine environment. The SCOOP system including the Lithiumstart Lithium-ion rechargeable battery is now in the process of undergoing commissioning for operational use and anticipated to be deployed in April of 2018. Required delivery is 120 days ARO. The North American Industry Classification System Code is 335911 Storage Battery Manufacturing, and the Small Business Size Standard is 1250 employees. Set-aside Status: The statutory authority for other than full and open competition is FAR 13.106-1(b)(ii), Only one responsible source. The Contracting Officer has determined that there is not a reasonable expectation of obtaining offers from two or more responsible small business concerns; therefore, this requirement has not been set aside for small businesses. Interested parties are advised that the minimum qualifying standards for technical acceptability are as follows: •Smart Module Technology for wirelessly reporting battery health •Total weight <25 pounds •Water tight enclosure capable of exposure to marine environment •Size 14.5"width x 14.5" length x 27" height •Vibration/shock/ Drop Specs: MIL-STD-167-1A Section 5.1.2.4.7 MILSTD810G Method 514.6 Procedure I and Shock Method 516.6 Procedure IV (Transit Drop) or commercial equivalents •Meet UN T1T8 Transportation requirements •Life expectancy ≥ 300 charge/discharge cycles All responsible sources may submit a capability statement, proposal or quote by January 3, 2018. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement in the future. Evidence must be provided of ability to provide the requirement. A capability statement and any other information furnished must be in writing, and must contain material in sufficient detail to allow NOAA to determine if the party can meet all of the foregoing requirements. Anticipated date of Award: On or before March 20, 2018.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/EASC/NWWG2100-18-RQ-00203 /listing.html)
 
Place of Performance
Address: 865 Hinckley Rd., Burlingame, California, 94010, United States
Zip Code: 94010
 
Record
SN04765134-W 20171214/171212231734-3102b33ea79b8d23aa904c6c984425c8 (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.