Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 05, 2010 FBO #3207
SOLICITATION NOTICE

16 -- RECOVERY 24 VDC LITHIUM ION BATTERY FOR THE GLOBAL HAWK UAVSAR PODS

Notice Date
9/3/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335912 — Primary Battery Manufacturing
 
Contracting Office
NASA/Dryden Flight Research Center, Code A, P.O. Box 273, Edwards, CA 93523-0273
 
ZIP Code
93523-0273
 
Solicitation Number
NND10356908Q
 
Response Due
9/17/2010
 
Archive Date
9/3/2011
 
Point of Contact
Rosalia Toberman, Contracting Officer, Phone 661-276-3931, Fax 661-276-2904, Email rosalia.toberman-1@nasa.gov - Rochelle Butler, Contracting Officer, Phone 661-276-2072, Fax 661-276-2904, Email rochelle.butler@nasa.gov
 
E-Mail Address
Rosalia Toberman
(rosalia.toberman-1@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
RECOVERY This is a combined synopsis/solicitation for Commercial item/servicesprepared in accordance with the format in FAR Subpart 12.6, as supplemented withadditional information included in this notice. This announcement constitutes the onlysolicitation; proposals are being requested and a written solicitation will not beissued. This solicitation, NND10356908Q, is being issued as a Request for Quotation(RFQ). The solicitation document and incorporated provisions and clauses are those ineffect through Federal Acquisition Circular (FAC) 2005-44. This announcement is subject to Full and Open Competition. The North American IndustryClassification System (NAICS) code for this acquisition is 335912 Primary BatteryManufacturing.Size standard is 1000 employees. The Government intends to acquire a commercial item using FAR Part 12 and the SimplifiedAcquisition Procedures set forth in FAR Part 13. NASA-DFRC intends to purchase a quantity of three, four, or five 24 VDC Lithium-ionBatteries for the Global Hawk UAVSAR Pods in accordance with the Statement of Work andthe below minimum specifications. The batteries that are compatible with the Global Hawkaircraft and meet the power requirements for the UAVSAR pods are: 24 VDC Li-ion Battery, Global Hawk Part Number 3671213E08017-1 Nominal Voltage 24 VoltsNominal Capacity50 Ah at 1 hour rateCharging Voltage28.5 VoltsDimensions (Maximum)Length7.6 inchesWidth12.2 inchesHeight7.6 inchesWeight (Maximum)40 lbsMust meet the following environmental requirements.Operating Temperature-40 deg C to 80 deg CMaximum Operating Altitude60,000 feetMust have a battery management system that includes charge control, cell balancing,safety, and protection.Must be compatible with the Global Hawk aircraft charger.Must include telemetry such as state of the charge. Please submit a quote for a minimum of three batteries. In accordance with FAR Clause52.52.232-18, Availability of Funds, a determination to purchase one or two additionalbatteries will be made at time of award should additional funds become available. Pleasesubmit a quote for each additional battery on separate line items provided in the On-LineRFQ.This purchase order is wholly funded under the American Recovery and Reinvestment Act(ARRA) of 2009 and as such is subject to all requirements imposed by the legislation. These requirements are mandatory and are subject to monitoring and auditing by theGovernment throughout the purchase order performance period. Oral communications are notaccepted in response to this notice. American Recovery and Reinvestment Act Requirements: THIS PROCUREMENT IS SUBJECT TO THEAMERICAN RECOVERY AND REINVESTMENT ACT (ARRA) of 2009 REQUIREMENTS. The expenditure ofAmerican Recovery and Reinvestment Act (ARRA) funds requires that the project have alevel of accountability, visibility and transparency that instills confidence in theAmerican public that the funds are being expended efficiently and with the intent of theAct. To that end, the Federal Acquisition Regulations have been amended with languagespecific to the expenditure these funds. Specifically the following FAR Clauses shallapply to this acquisition: 52.203-15 Whistleblower Protections Under American Recoveryand Reinvestment Act of 2009, 52.204-11 American Recovery and Reinvestment Act ReportingRequirements, 52.215-2 Audit and Records Negotiation, and 52.212-5 Contract Terms andConditions. Special attention should be given to the reporting requirements of the ARRA,pursuant to the clause at Federal Acquisition Regulation (FAR) 52.204-11, AmericanRecovery and Reinvestment ActReporting Requirements (MAR 2009), and the need to proposecosts separately associated with those requirements.In addition, the following special invoicing instructions are provided: Special Invoicing Instructions for Contracts Containing Recovery Act Funds In addition to the requirements set forth in any payment and invoicing clauses containedwithin the contract, the following special requirements apply to those contracts withwork authorized under the American Recovery and Reinvestment Act (ARRA) of 2009 (hereinafter referred to as the Recovery Act). - All requests for payment for work performedsubject to the Recovery Act shall be submitted separately from requests for payment forany other work performed under the contract. - All requests for payment for work oncontracts, funded in whole or in part, with Recovery Act funds, shall identify theapplicable Contract Line Item Number(s) (CLINs) associated with the supplies or servicesbeing invoiced. - All invoices/vouchers shall be submitted via e-mail with no more thanone invoice/voucher per e-mail submission. Invoices shall be submitted toNSSC-AccountsPayable@nasa.gov. - The NASA Shared Services Center is the DesignatedBilling Office for Recovery Act invoices, except for cost type contracts where DCAA isdesignated as the billing office for verification of vouchers. (COs should tailor thelanguage in this bullet to identify the appropriate DBO for the specific Recovery Actrequirement.) These requirements are mandatory and are subject to monitoring and auditing by theGovernment throughout the contract performance period. Respondents must acknowledge thecapability and willingness to meet the Federal Acquisition Requirements associated withARRA-funded contracts. In addition to the ARRA specific clauses, the following FAR Clauses and Provisions applyto this acquisition: Provision 52.212-3, Offeror Representations and Certifications-Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutesor Executive Orders - Commercial Items. Specifically the following clauses cited areapplicable to this solicitation: FAR 52.232-33, Payment by Electronic Funds Transfer -Central Contractor Registration; FAR 52.222-41, Service Contract Act of 1965.; FAR52.247-34, F.O.B. Destination; FAR 52.252-2, Clauses Incorporated by Reference; FARClause 52.204-7, Central Contractor Registration (CCR); Addenda to FAR 52.212-4 are asfollows: NFS 1852.223-72, NFS 1852.215-84, 1852.237-73,and NFS 1852.225-70.Registrationis required in the CCR database in order to receive a Government contract. (Note: On-lineRepresentations and Certifications Application (ORCA) has been implemented in FAR Clause52.212-3 effective 01 Jan 05. ORCA enables vendors to submit and update theirrepresentations and certifications on-line. ORCA is part of the Business Partner Network(BPN) and is located at http://orca.bpn.gov. The ORCA site contains an ORCA ApplicationHandbook and an ORCA Quick Reference Guide.) Selection and award will be made to the lowest priced, technically acceptable offeror.Technical acceptability will be determined by review of information submitted by theofferor which must provide a description/information in sufficient detail to show thatthe products/services offered meet the Government's requirements described in theattached Statement of Work. The batteries must meet NASA-DFRC Procurement QualityRequirements, also attached.Questions regarding this acquisition must be submitted in writing torochelle.butler@nasa.gov no later than 10:00 am Pacific Time on September 10, 2010. It isthe offerors responsibility to monitor this site for the release of amendments, if any.Potential offerors will be responsible for downloading their own copy of this notice, theon-line RFQ and amendments, if any. The deadline to submit offers is 10:00 am Pacific Time on September 17, 2010. Allresponsible sources may submit an offer which shall be considered by the agency. OFFERORSARE REQUIRED TO USE THE ONLINE RFQ SYSTEM TO SUBMIT THEIR PROPOSAL. The On-line RFQsystem is linked above or it may be accessed athttp://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=C&pin=. The information required byFAR Subpart 12.6 is included in the on-line RFQ. Oral communications are not acceptable in response to this notice. An ombudsman has been appointed - See NASA Specific Note 'B'. Any referenced notes may be viewed at the following URLs link below. The FAR may beobtained via the Internet atURL:http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/DFRC/OPDC20220/NND10356908Q/listing.html)
 
Record
SN02267816-W 20100905/100903235301-af931300747424326282a132216713b9 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.