Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 26, 2014 FBO #4536
SOLICITATION NOTICE

61 -- COMMERCIAL LITHIUM ION CELL LOTS AND ACCEPTANCE TESTING

Notice Date
4/24/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335911 — Storage Battery Manufacturing
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BH
 
ZIP Code
00000
 
Solicitation Number
NNJ14502225QA
 
Response Due
5/2/2014
 
Archive Date
4/24/2015
 
Point of Contact
Jonathan P. Prihoda, Contracting Officer, Phone 281-244-6959, Fax 281-483-4173, Email jonathan.p.prihoda@nasa.gov
 
E-Mail Address
Jonathan P. Prihoda
(jonathan.p.prihoda@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
This notice 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; offers are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Quotations (RFQ) for a commercial Li-ion cell design (3000 LG 2.600 (Ah) Model #ICR18650-B4) and includes lot acceptance testing per EP-WI-031 (Attachment 1), AS9003 Inspection and Test Quality System, and ISO 9001-2000 Quality Management Systems Requirements. See attached statement of work. h ttp://procurement.jsc.nasa.gov/NNJ14502225QA/SOW-Li-ion-Cells-ATP-LG-basic.docx Attachment 1 can be viewed at: http://procurement.jsc.nasa.gov/NNJ14502225QA/ep_wi_031-Li-ion-Cell-Acceptance-A.docx The NAICS Code and the small business size standard for this procurement are 335911 and 500 respectively. The offeror shall state in their offer their size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. Delivery to 2101 NASA Parkway Bldg. 420 Houston, TX 77058 is required within 27 weeks ARO. Delivery shall be FOB Destination. Offers for the items(s) described above are due by May 2, 2014 to Jon Prihoda at jonathan.p.prihoda@nasa.gov and must include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://server-mpo.arc.na sa.gov/Services/NEFS/NEFSHome.tml Offerors shall provide the information required by FAR 52.212-1 (JUL 2013), Instructions to Offerors-Commercial Items, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. FAR 52.212-4 (SEP 2013), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (JAN 2014), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.222-50, 52.233-3, 52.233-4, 52.204-10, 52.209-6, 52.209-10, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.223-18, 52.225-13, 52.232-33, 52.222-53, 52.237-11 The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.htm l The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/o ffice/procurement/regs/nfstoc.htm All contractual and technical questions must be in writing (e-mail or fax) to Jon Prihoda at jonathan.p.prihoda@nasa.gov not later than April 30, 2014. Telephone questions will not be accepted. Selection and award will be made to that offeror whose offer will be most advantageous to the Government, with consideration given to the factors of proposed technical merit, price, and past performance. Other critical requirements shall also be considered: - Provide information on no more than 3 relevant past contracts with the Government; including past work with similar quality requirements -Technical information shall not exceed 25 pages, not including the Requirement Compliance Matrix, which shall be submitted with the offerors proposal -Discuss the cell test approach. The offerors justification shall demonstrate ability to execute the proposed battery test approach which satisfies the EP-WI-031 Specification for Acceptance Testing of Commercial Lithium ion Cell Lots -Submit a compliance matrix found in Section 8 of the Statement of Work, which specifies whether each applicable requirement of the end item specification shall be met or taken exception to -Address product nonconformance, material certification, and process change control considerations. Specifically, the offerors proposal must provide a discussion of how cell non-conformances will be addressed, whether cell manufacturer certification of conformance will be provided, and how cell test process changes will be managed -Identify any required tests which pose significant risk to accomplishing the acquisition and test requirements per the required schedule. Cost impacts associated with such risk must be identified and submitted with the offerors proposal. The offeror may want to include risk mitigation discussion. -Describe the qualifications and experience of the personnel to be assigned to the project. Additionally, descriptions of the offerors resources, facilities, and equipment (i.e., including manufacturing, test, computational, analytical, experimental, etc.) proposed for use during the program, including the availability and commitment of the facilities and equipment. The proposal shall also address the same from any subcontractors or outside organizations along with the role of each. - Provide price information for delivery of each of the two required cell lots The Government has the option, depending on the specific circumstances of the offers received, to utilize the following method: make selection and award without discussions. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). Offerors must include completed copies of the provision at 52.212-3 (NOV 2013), Offeror Representations and Certifications - Commercial Items with their offer. The provision may be obtained via the internet at URL: http: //farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/52_000.htm. These representations and certifications will be incorporated by reference in any resultant contract. NASA Clause 1852.215-84 (NOV 2011), Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/p ub_library/Omb.html. Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi- bin/nais/link_syp.cgi. Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/JSC/OPDC20220/NNJ14502225QA/listing.html)
 
Record
SN03347947-W 20140426/140424235120-d01ec8cd1bd81a660bb3956f9cb074d0 (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.