SOLICITATION NOTICE
59 -- 14.4V NIMH Battery Pack
- Notice Date
- 3/25/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 335911
— Storage Battery Manufacturing
- Contracting Office
- US Army ATEC Contracting Activity, ATTN: CSTE-CA, P.O. Box Y, Fort Hood, TX 76544-0770
- ZIP Code
- 76544-0770
- Solicitation Number
- W9115U-10-T-0007
- Response Due
- 3/31/2010
- Archive Date
- 5/30/2010
- Point of Contact
- Matthew W Mason, 254-288-9578
- E-Mail Address
-
US Army ATEC Contracting Activity
(matthew.w.mason@us.army.mil)
- Small Business Set-Aside
- N/A
- 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; proposals are being requested and a written solicitation will not be issued. Solicitation Number: W9115U-10-T-0007 Posted Date: 25 March 2010 Response Date/Time: 31 March 2010, 1630hrs Central Standard Time. Contracting Office Address: ATEC Mission Support Contracting Activity, PO Box Y, Ft. Hood, TX 76544. Contact: Matthew Mason, Contract Specialist: matthew.w.mason@us.army.mil, Set Aside: This requirement is set aside solely for Small Business. DPAS Rating: None This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-31 and Defense Federal Acquisition Regulation Supplement 20090115. The government issues this Request for Quotes for a firm-fixed price procurement under NAICS code 335911 with a size standard of 500 employees. This requirement is set aside solely for Small Business. The award will be based on the lowest priced technically acceptable quote. Quotes in response to this solicitation must be signed and dated and submitted to Matthew.w.mason@us.army.mil by the date and time noted above. Late quotes will not be accepted. Vendors are responsible for verifying the receipt of any quotes submitted by email. Any contract resulting will be firm fixed price (FFP) supply contract. Award date is anticipated to be by 02 April 2010. Delivery shall be on or before 30 April 2010. All shipping is to be included in the proposal. Please note that vendors must be currently registered in the Central Contractor Registration (CCR) Database and Online Registration and Certification Application (ORCA). Description: CLIN 001-(1000 ea) Battery Pack-2x6 AA NIMH 14.4V 2500 mAh, with 6 inch-18 gauge wire leads (no connector). 1. The battery pack shall output 14.4V, 2500mAh 2. The battery pack shall consist of 12 AA NIMH rechargeable batteries, 2X6 with dimensions measuring 3.5 in. X 4 in. X.05 in. 3. Batteries will be held together with.006 in. shrink wrap 2 ways from top to bottom and side to side. 4. The leads coming out of the batteries will be 18 gauge 6 inches long (1) red (positive) and (1) black (ground). 5. Batteries will be labeled with date of manufacture, voltage and amperage. Ship/Delivery to: USA OTC FIRES TEST DIRECTORATE MISSILE TEST DIVISION 1660 Jeb Stuart Rd. Ft. Bliss, TX 79916-6812 TO QUOTE: At a minimum, submitted quotes shall include the following: * An overall diagram/drawing, wiring diagram and detailed description of proposed battery pack * A priced quote sheet for all CLINS, with authorized signature * Companys Address * Duns/CAGE/Federal Tax ID Numbers The following FAR provisions and clauses apply to this solicitation, are incorporated by reference, and will be incorporated into any contract resulting from this notice: 52.204-7, Central Contractor Registration (Apr 2008) 52.212-1, Instructions to Offerors - Commercial Items 52.212-3, Offeror Representations and Certification Commercial Items 52.212-4, Contract Terms and Conditions - Commercial Items 52.214-13, Electronic Bid Submission 52.219-14 Limitations on Subcontracting 52.225-3 Alt I, Buy American Act-Free Trade Agreements-Israeli Trade Act 52.225-4 Alt I, Buy Amercian Act-Free Trade Agreements-Israeli Trade Act Certificateiong 52.225-18 Place of Manufacture 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items The following clauses are checked as being applicable in 52.212-5: 52.203-6 Restrictions on Subcontractor Sales to the Government, Alt 1 52.203-15 Whistleblower Protections under the American Recovery and Reinvestment Act of 2009. 52.219-6, Notice to Total Small Business Set Aside 52.219-8, Utilization of Small Business Concerns (MAY 2004) 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor (JUNE 2003) 52.222-19, Child Labor - Cooperation with Authorities and Remedies (FEB 2008) (E.O. 13126) 52.222-21, Prohibition of Segregated Facilities (FEB 1999) 52.232-33, Payment by Electronic Funds Transfer-Central Contract Registration The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7004 Central Contractor Registration (52.204-7) Alt A (SEP 2007) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jan 2009) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (MAR 2008) 252.246-7003 Notification of Potential Safety Issues 252.212-7000 Offeror Representations and Certifications-Commercial Items. POC for this solicitation is Mr. Matthew Mason (254)288-9578, Matthew.w.mason@us.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/TECOM/DATM01/W9115U-10-T-0007/listing.html)
- Place of Performance
- Address: US Army ATEC Contracting Activity ATTN: CSTE-CA, P.O. Box Y Fort Hood TX
- Zip Code: 76544-0770
- Zip Code: 76544-0770
- Record
- SN02103158-W 20100327/100325235533-e8d2d5974feb4133b45342dcd87b5ea3 (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 |