MODIFICATION
61 -- Batteries and Power Supplies
- Notice Date
- 5/23/2016
- Notice Type
- Modification/Amendment
- NAICS
- 335912
— Primary Battery Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG (W25G1V) Tobyhanna, 11 HAP ARNOLD BLVD, TOBYHANNA ARMY DEPOT, Pennsylvania, 18466-5107, United States
- ZIP Code
- 18466-5107
- Solicitation Number
- W25G1V16R0024
- Point of Contact
- Kristi-Jo M. Noel, Phone: 5706159051
- E-Mail Address
-
kristi-jo.m.noel.civ@mail.mil
(kristi-jo.m.noel.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- This requirement is for Power Supplies and Brand Name or Equal to Ultralife Batteries, Ultralife PN: UBBL03 Ultralife Corporation, 2000 Technology Parkway, Newark, NY 14513. Tobyhanna Army Depot (TYAD), Tobyhanna, PA 18466 has a requirement for Power Supplies and Brand Name or Equal to Ultralife Batteries Ultralife PN: UBBL03 Ultralife Corporation, 2000 Technology Parkway, Newark, NY 14513. This requirement is needed for the Data Communication Interface to the U.S. Army's Joint Multinational Readiness Center. Equipment shall be new. Used or refurbished equipment will not be considered. Delivery is required within 5 months from date of award. Delivery of all units shall be made in one shipment, one delivery. Partial deliveries are not authorized. The Government will accept early delivery at no additional cost. The following is the list of quantities and salient characteristics required for the power supplies and batteries. Power Supply, Quantity: 36 each - Output Voltage: 20 - 28VDC, (24VDC Nominal) - Minimum Output Current: 60A - Output Voltage Tolerance: +/- 1.0% - Input Voltage/Frequency: 85 - 264VAC, 47 - 63HZ - Safety Standards: UL60950-1, EN60950-1 approved - Maximum Dimensions: 13.0"L X 7.0"W X 5.0"H Brand Name or Equal to Ultralife PN: UBBL03 Ultralife Corporation, 2000 Technology Parkway, Newark, NY 14513 - Quantity: 5,100 each. - Voltage range: 12.0 VDC to 16.8 VDC - Capacity: Not less than 9.6 Ah, Lithium-Ion - Smart battery version 1.1 compliant. - Includes a state of charge indicator. - Maximum dimensions: 4.42" X 5.4" X 1.70" - Must mate to: LEMO FGN.1F.305.XLC connector The contractor shall warrant the parts for a period of one year from the date of final acceptance. This warranty shall cover all defects in material and in workmanship. All items shall be packed in standard commercial packaging, shrink wrapped and banded to a pallet. Each pallet shall include a packing list easily accessible on the outside of the shrink wrap, the packing list shall include the contents and quantity of each pallet, MSDS sheet and contract number. All equipment shall be delivered FOB Destination to the following address: Tobyhanna Army Depot ASRS Receiving Bldg. 1 C Bay 6 ATTN: Tom Sweeney, ELTY-MMM-M 11 Hap Arnold Boulevard Tobyhanna, PA 18466-5091 The items under this solicitation are subject to the Free Trade Agreements. Defense Federal Acquisition Regulation DFAR 252.225-7036 - Buy American Act-Free Trade Agreements-Balance of Payment of Payments Program and 52.204-7 System for Award Management, will be included in the solicitation. This pre solicitation notice is not a request for proposals. This acquisition is being conducted under Full and Open Competition in accordance with FAR Part 12 Acquisition Commercial Items and FAR Subpart 13.5 Simplified Procedures for Certain Commercial Items. Power Supply NAICS Code is 335311 and the size standard is 750 employees. Battery NAICS Code is 335912 and the size standard is 1,000 employees. The solicitation Request for Proposal (RFP) W25G1V-16-R-0024 will be issued on or about June 3, 2016. Actual issue and due dates shall be as established in the solicitation. The RFP will be available for download on the FEDERAL BUSINESS OPPORTUNITIES PAGE. Vendors wishing an electronic copy may download the RFP on or after the issue date at the following internet address: https://www.fbo.gov/ At Keyword/Solicitation Number, insert W25G1V-16-R-0024 and click SEARCH. The solicitation will be issued electronically only. No paper or disc copies will be issued. It is incumbent upon interested sources to periodically access the internet site through closing to obtain any amendments which may be issued. All amendments must be acknowledged in the proposal submitted. Three (3) examples of recent and relevant past performance for same or similar requirements which demonstrate capability and successful performance on previous contracts similar in size and scope of this requirement performed within the past three years will be required with proposal submitted. Any resultant contract shall be a Firm Fixed-Price, multiple awards may be made from the solicitation. In order to be eligible for award, all prospective offerors must be registered in System for Award Management (SAM): https://www.sam.gov and not show any Active Exclusions or Delinquent Federal Debt, and found to be responsible in accordance with FAR 9.1 - Responsibility of Prospective of Prospective Contractors. Point of contact is, Kristi-Jo Noel, Contract Specialist, Phone 570-615-9051 E-mail: kristi-jo.m.noel.civ@mail.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/3436161e9f7c2d15e9e4cffb5d107257)
- Place of Performance
- Address: Tobyhanna Army Depot, Tobyhanna, Pennsylvania, 18466, United States
- Zip Code: 18466
- Zip Code: 18466
- Record
- SN04126275-W 20160525/160523234908-3436161e9f7c2d15e9e4cffb5d107257 (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 |