SOLICITATION NOTICE
61 -- RE-CHARGEABLE BATTERY & SINGLE STATION BATTERY CHARGER
- Notice Date
- 9/24/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 335911
— Storage Battery Manufacturing
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
- ZIP Code
- 08733-5083
- Solicitation Number
- N68335-10-T-0312
- Archive Date
- 10/23/2010
- Point of Contact
- Wendy S Bell, Phone: 732-323-4692, Lori A Bishop, Phone: 732-323-4771
- E-Mail Address
-
wendy.bell@navy.mil, lori.bishop@navy.mil
(wendy.bell@navy.mil, lori.bishop@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- (i) 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; quotations are being requested and a written solicitation will not be issued. (ii) The solicitation number N68335-10-T-0312 is listed as a limited source request for quotation (RFQ) as NAWCAD Lakehurst intends to acquire the re-chargeable nickel metal hydride batteries (P/N BB-390B/U) and the low rate single station battery chargers (P/N BTC-70791-LR ) from the manufacturer, Bren-Tronics, Automated Business Power, or an authorized distributor. (iii) The solicitation and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2005-43. (iv) The solicitation is open to small businesses only. The North American Industrial Classification System (NAICS) code for this procurement is 335911 with a small business size standard of 500 employees. (v) Contract Line Item Numbers (CLIN) are as follows. Provide separate pricing for each CLIN as listed below: CLIN 0001 - Description: Re-chargeable Nickel Metal Hydride Battery; Part Number (P/N): BB-390B/U; Qty: 435 ea. Provide pricing for the unit price / each: $ Provide pricing for the total quantity of 435: $ CLIN 0002 - Description: Low Rate Single Station Battery Charger; Part Number (P/N): BTC-70791-LR; Qty: 225 ea. Provide pricing for the unit price / each: $ Provide pricing for the total quantity of 225: $ (vi) Only new original equipment manufacturer (OEM) items may be offered. Reconditioned or used items will not be accepted. (vii) All items shall be preserved, packaged, packed, and marked in accordance with best commercial practices. Delivery of 30 each batteries and 30 each battery chargers shall commence 30 days after date of contract award with the remaining total quantity due within 90 days after date of contract award. Units are to be shipped FOB destination to the following address: Naval Air Warfare Center, LKE Code 4.8.6 Indianapolis 4422 Bragdon St Indianapolis, Indiana 46226 (viii) Offerors must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. (ix) FAR 52-212-2, Evaluation - Commercial Items is incorporated by reference. Addendum to FAR 52.212-2 Para (a) Award will be made to the responsible offeror whose quotation is lowest in price and in full compliance with all requirements set forth in this solicitation. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items and DFARS 252.212.7000 Offeror Representations and Certifications - Commercial Items (Nov 1995) with its offer. (xi) FAR 52.212-4, Contract Terms and Conditions - Commercial Items is incorporated by reference. The resulting contract will be firm fixed price (FFP). (xii) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition; the following provisions apply: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I, 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns, 52.219-8, Utilization of Small Business Concerns, 52.219-28, Post Award Small Business Program Representation, 52.222-3, Convict Labor, 52.222-19, Child Labor-Cooperation with Authorities and Remedies, 52.222-21, Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity, 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36, Affirmative Action for Workers with Disabilities, 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.225-13, Restrictions of Certain Foreign Purchases and 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels. In addition to the above, the following DFARS clauses apply to this acquisition: 252.211-7003, Item Valuation and Identification and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items which includes the following clauses: 252.225-7001, Buy American Act and Balance of Payments Program, 252.225-7021, Trade Agreements, 252.232-7003, Electronic Submission of Payment Requests, and 252.247-7024, Notification of Transportation of Supplies by Sea. (xiii) Additional requirements. Warranty: The offeror shall provide a commercial warranty of at least one year. (xiv) Offers are due not later than 4:00 PM EST, Friday, October 8, 2010, at the Naval Air Warfare Center Aircraft Division Lakehurst, Attn: Code 25212WB, Wendy Bell, Hwy 547, Bldg. 562-3, Lakehurst, NJ 08733-5082. Electronic and facsimile offers will NOT be accepted. (xv) Questions regarding this combined synopsis/solicitation can be directed to Ms. Wendy Bell, 732-323-4692, e-mail: wendy.bell@navy.mil. Hard copy of solicitation and amendments will NOT be mailed to contractors. Offerors must acquaint themselves with the new regulations concerning Commercial Item Acquisition contained at FAR Subpart 12 and must ensure that all Representations and Certifications are executed and returned as required in this synopsis/solicitation. The full text of the referenced FAR clauses may be accessed electronically at http://farsite.hill.af.mil/
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-10-T-0312/listing.html)
- Record
- SN02296574-W 20100926/100924235623-f4c4ac4782d98daf302bc6a090492f5d (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 |