Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 19, 2011 FBO #3494
SOLICITATION NOTICE

61 -- Purchase of Batteries for a Photovoltaic System

Notice Date
6/17/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
IMDE - ACG - Administration, Contracting and General Services National Park Service, IMDE - ACG12795 W. Alameda Pkwy. Lakewood CO 80228
 
ZIP Code
80228
 
Solicitation Number
P11PS11580
 
Response Due
7/5/2011
 
Archive Date
6/16/2012
 
Point of Contact
Jennifer S. Harris Contract Specialist 3039692866 jenny_harris@nps.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
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. This is solicitation number P11PS11580 and is issued as a Request for Quotation. A WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 50. This procurement is set aside for small business concerns. NAICS code 335911: Storage Battery Manufacturing, Size Standard: 500 employees. The National Park Service contemplates award of a firm fixed price contract, as a result of this combined synopsis/solicitation, to the responsible, technically acceptable quoter, whose quote, conforming to the Combined Synopsis/Solicitation, offers the lowest evaluated price. Address questions regarding this quote to Jenny_harris@nps.gov NLT June 21, 2011 @ 10:00 a.m. Mountain Standard Time. PROJECT SPECIFICATIONS: The National Park Service is seeking to acquire Batteries for a Photovoltaic System for Arches NP, Utah. PART 1 GENERAL1.1DESCRIPTION AND REQUIREMENTS A.General. Supply batteries for photovoltaic (PV) system. Two types of batteries are to be supplied; 12 volt (nominal) batteries and a 2 volt (nominal) modular battery bank. The 12 volt batteries are an 8D-group battery, providing a minimum of 225 amp hours at a 20 hour discharge, 40 are required. The 2 volt batteries shall provide a modular system that is stackable and locks together. The total battery bank shall be configured for 48 volts, and provide a minimum of 1694 amp hours at a 20 hour discharge. B.Delivery Location: Deliver batteries to Arches National Park, Devils Garden Bone Yard. Arches National Park Headquarters is located 6 miles north of Moab, Utah. The Bone Yard is located 20 miles from Park Headquarters, and the road is all asphalt, except the Bone Yard which is a short gravel road and parking. The Bone Yard has sufficient space for a tractor trailer. The Park fork lift is available for unloading. Deliveries accepted Monday thru Thursday from 8:00 to 4:30. No deliveries accepted on Friday, Saturday, Sunday or Federal Holidays. C.Period of Performance. Contract award on or about 15 June 2011 to 12 August 2011. Provide an estimated delivery date, if different than the requested date. D.Warranty. The 12 volt batteries shall be warranted by the manufacture to be free of defects in workmanship and materials for a period of 1 year from date of purchase. The 2 volt batteries shall be warranted by the manufacture to be free of defects in workmanship and materials for 20 years with the first 3 years being a full warranty and the balance being a pro-rated warranty. For both types of batteries a defect in material or workmanship is defined as failure to reach at least 80% of rated capacity, or if any cells or parts of the battery assembly do not meet the manufactures specifications. The Government will cover all shipping costs. E.Special Battery Delivery Requirements. The Contractor shall schedule with the Contracting Officer's Representative (COR), Tome Johnson 435.719.2250, the delivery of the new batteries so that Park personnel can inspect the batteries before acceptance, and offload the batteries with the Park fork lift. If upon inspection of the truck and batteries reveals that the batteries are not adequately secured, they are tipped over, they are banged up, or they are damaged in any way the Park will record the serial numbers of all batteries in the delivery and refuse acceptance of all batteries. The Contractor shall provide all new batteries, re-furbishing the damaged batteries will not be accepted. The new battery delivery will again be inspected for the same requirements. All batteries shall be palletized for unloading. F.Removal, Recycle, and Installation. The park will remove and recycle all existing batteries. The Park will also install all the new batteries. Therefore this contract is solely for delivery of new batteries at the specified location. 1.2SUBMITTALS A.Product Submittals. Submit electronic cut sheets (in PDF format) of batteries salient features and warranty documentation with the quote. Quotes that do not include this information will not be considered. PART 2 PRODUCTS 2.1 BATTERY REQUIREMENTS A. 12 Volt Batteries. Salient Features. a)Type: Gelb)Group: 8Dc)Capacity at 20 hours: 225 AH (amp hours) @ 1.75 VPC (Volts Per Cell)d)Plate: lead calciume)Terminal: The terminals shall be capable of accepting a bolted connectionf)Handles: The batteries shall have durable handles for carryingg)Dimensions: Approximately 21" long, 11" wide, and 11" high 1.Approved product. An approved product meeting the salient features is the Deka 8G8D LTP with the T975 terminal or equal. Other batteries meeting the salient features may be submitted for approval to the Contracting Officer. B. 2 Volt Modular System 1.Salient Featuresa)Type: Absorbed Glass Matb)Style: Modular system incorporating 24- 2 volt batteries into one bankc)Capacity of Complete Bank at 20 Hours: 1694 amp hours @ 1.75 VPCd)2 volt cell construction: Copper posts, polypropylene cover and jar, pure lead (99.2%) grids, and tank formed platese)Posts: designed for interconnection of batteriesf)Racking: Integral racking that allows bolting together from the front onlyg)Base: Compatible with the battery bankh)Terminals: Provide positive and negative terminals for front or side of banki)Individual Battery Weight: System shall allow disassembly into individual battery components that do not exceed 250 pounds each.j)Battery Bank: Designed to allow removal of individual 2V batteries without disassembly of battery bank. Design must also allow sufficient air space for cooling between batteries. k)Front Shield: Easily clips on and off without toolsl)Connectors: Provide all connections to connect batteries into 48V bank.m)Dimensions: Battery bank shall have the approximate completed dimensions: 38" wide, 28" deep, and 70" high.n)Complete Battery Bank: Provide all items necessary to provide a complete 2 volt modular battery bank at 48 volts 2.Approved product. An approved product meeting the salient features is the Deka Unigy II interlock system, model 3AVR95-31 or equal. The 2 volt batteries are combined into 6 volts modules and therefore 8 modules are required for the total 48 volt battery bank. The standard two piece interlock base, terminal plates, connectors and front shields are to be included. Other batteries meeting the salient features may be submitted for approval to the Contracting Officer. PERIOD OF PERFORMANCE: Contract Award on or about 5 July 2011- 19 August 2011 DELIVER TO: See Part1, General, 1.1 (B): Delivery Location in the project specification for further details. The requested delivery date for the above items is on or about 19 August 2011. Estimated Delivery Date, if Different than Requested Date: _______________ THE FOLLOWING FAR PROVISIONS AND CLAUSES APPLY TO THIS SOLICITATION AND ARE INCORPORATED BY REFERENCE AND CAN BE ACCESSED THROUGH THE INTERNET AT HTTP://WWW.ARNET.GOV/FAR. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with the offer (available at www.acquisition.gov/far/). Successful offerors must be registered in the Central Contractor Registration (CCR) database at www.ccr.gov and the Online Representations and Certifications Application (ORCA) at www.orca.bpn.gov. Please update/complete the Online Representation and Certification (ORCA) at https://orca.bpn.gov prior to award. The clause at 52.212-4 Contract Terms and Conditions-Commercial Items applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items applies to this acquisition including the following additional FAR clauses which apply to this acquisition: 52.207-7, Central Contractor Registration52.209-6, Protecting the Government' Interest when subcontracting with Contractors Debarred, suspended, or Proposed for Debarment;52.211-6, Brand Name or Equal52.219-6, Notice of Total Small Business Set Aside;52.219-28, Post Award Small Business Program Rerepensentation;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; 52.222-50, Combating Trafficking in Persons52.223-15, Energy Efficiency in Energy-Consuming Products52.223-18, Contractor Policy to Ban Text Messaging while Driving;52.225-1, Buy American Act52.225-2, Buy American Act Certificate52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration;52.233-3, Protest after Award; 52.233-4, Applicable Law for Breach of Contract Claim. All responsible sources may submit an offer which, if received on time, will be considered. The official combined synopsis/solicitation is posted at http://ideasec.nbc.gov. In order to download the solicitation, from the Fed Biz Opps Website, click on the link "Additional Info: Please click here to view more details" at the bottom of the page. This will take you to the http://ideasec.nbc.gov. Amendments to the solicitation will be posted in the same manner as the solicitation; it is the contractor's responsibility to monitor the website. The government reserves the right to cancel this solicitation.____________________________________________________________________________________PROPOSAL: ---Responses are due July 5, 2011 at 3:00 p.m. MST, Lakewood, CO. ---LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. ---Quotes may be e-mailed to jenny_harris@nps.gov, faxed to 303-969-2992 or mailed to:------Jennifer Harris, NPS/IMDE-ACP, 12795 W. Alameda Parkway, Lakewood, CO 80228. ---Please reference the quote number on the quote. ---All Quotes must be signed/dated by an authorized company official. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items with the offer. A COVER PAGE ON YOUR PROPOSAL SHOULD INCLUDE THE FOLLOWING INFORMATION: Business Name: ____________________________________DUNS: ___________________Business Address: ______________________________________________________________Business Phone: ___________________________________FAX: ________________________Email Address: ___________________________________________Offeror Name/Signature: ___________________________________Date: _____________________ Provide a price for each item below: 1. 12 V Batteries40 EAUnit Price: $________Total: $_______________ 2. 2 V Modular Battery Bank1 LSUnit Price: $________Total: $________________ 3. Shipping/Delivery1 LS Unit Price: $________Total: $________________ TOTAL PROPOSAL: $_____________________________ ___________________________________________________________________________________Company Name: ____________________________________________________________________________________Print Name and Title ____________________________________________________________________________________Signature ____________________________________________________________________________________Date
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P11PS11580/listing.html)
 
Place of Performance
Address: Arches National Park5 Miles N. on Hwy 19120 Miles from Park HQ'sMoab, UT
Zip Code: 84532
 
Record
SN02476377-W 20110619/110617235037-fc4c2592d6d30115e2accf095063e36c (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.