Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 23, 2016 FBO #5326
SOLICITATION NOTICE

99 -- AK CRN Program Support FY16

Notice Date
6/21/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335912 — Primary Battery Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Office of Oceanic and Atmospheric Research, 1315 East-West Highway, Silver Spring, Maryland, 20910, United States
 
ZIP Code
20910
 
Solicitation Number
NRMAC100-16-00976
 
Archive Date
6/30/2016
 
Point of Contact
Barbara G Shifflett, Phone: 8655760061, Gabrielle Land, Phone: 865-576-7425
 
E-Mail Address
barbara.shifflett@noaa.gov, Gabrielle.Land@noaa.gov
(barbara.shifflett@noaa.gov, Gabrielle.Land@noaa.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 FAR SUBPART 12.6, AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE, AND IN ACCORDANCE WITH THE SIMPLIFIED ACQUISITION PROCEDURES AUTHORIZED IN FAR PART 13. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The Request for Quotation (RFQ) number is NRMAC100-16-00976. This synopsis/solicitation constitutes a RFQ and incorporates provisions and clauses in effect through Federal Acquisition Circular 05-63. The U.S. Climate Reference Network (USCRN) is a network of climate stations developed as part of a National Oceanic and Atmospheric Administration (NOAA) initiative. Its primary goal is to provide future long-term homogeneous observations of temperature and precipitation that can be coupled to long-term historical observations for the detection and attribution of present and future climate change. Data from the USCRN will be used in operational climate monitoring activities and for placing current climate anomalies into a historical perspective. The USCRN also provides the United States with a reference network that meets the requirements of the Global Climate Observing System (GCOS). The network consists of 125 stations installed and maintained since 2000 throughout the continental United States, Alaska, Hawaii, and an experimental site in Canada. Besides the primary measurements of temperature and precipitation, auxiliary measurements of solar radiation, ground surface temperature, and wind speed have been made. The network is in the process of adding additional measurements of soil temperature, soil moisture, and relative humidity to give a complete understanding of the climate parameters at each site. This particular application is in remote Alaska where winter temperatures reach minus 55°C and there is minimal light through an extended period in the winter. A remote power system using solar and wind needs a high capacity battery system that will function at these low temperatures. A lead acid design will not keep the capacity needed at these low temperatures. A lithium Ion system is needed with a capacity of 900 to 1000 amp hours with a battery management system to function at these low temperatures. NOAA/ATDD requires a device that meets the following requirements: A Lithium Battery system that contains 900 to 1000 Amp/Hr capacity at 12 VDC Nominal. The system must contain a dual channel battery management system that isolates the system's charge side from the load side for non-interrupting performance. A safety design that protects the system in the event of a cell failure, not limited to, but including punctures. The BMS should have pack level computers that are backed up by cell-level sensors, communicating via a rugged "cell loop", resulting in continuous protection at both the cell and pack levels that is resistant to both water and physical damage. The battery cases are watertight thus protecting the cell level circuitry. They have an IP rating of 64 meaning that they are totally protected against dust and are protected from water splashed from all directions. The BMS system should have high and low voltage cutoff levels on both the charge and load channels to allow charging to continue if the load has been cut off and also allow the load to continue to run if the charging has been disconnected due to high voltages. The batteries must meet UN DOT standards and be cleared by the FAA to go by air transport. The batteries must be constructed with an internal heating blanket for cold temperature battery operation. Cable extensions for hook-up distances of 36 inches. Battery charger-balancer, 12V x 20A with precharge, display, 90-260VAC input DELIVERY SCHEDULE: between July 15 - 20, 2016 Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within ten days after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed requirement based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Evidence must be provided of ability to provide the required service. The announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. A contract will be issued in accordance with the simplified acquisition procedures authorized in FAR Part 13. This solicitation is a small business set aside. The associated FSC for this is 6660, and the associated NAICS Code is 335912. Offers will be evaluated based on price, proven technical capabilities, and the factors set forth above. An award will be made to the firm who can meet the specific requirements and is most advantageous to the Government considering price and other related factors on an all or none basis. This will be a firm fixed-price purchase order, with payment terms of Net 30. Certification and Representation SAM. The SAM website is the single source for vendor data for the Federal Government. Contractors should go on-line at www.sam.gov. 52.204-99 System for Award Management Registration (Class Deviation from 52.204-7) (September 2012) (DEVIATION 1)The contractor shall be registered in the SAM database prior to submitting an invoice and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. (2) The SAM registration shall be for the same name and address identified on the contract, with its associated CAGE code and DUNS or DUNS+4. (3) If indicated by the Government during performance, registration in an alternate system may be required in lieu of SAM. (c) If the contractor does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. (1) A Contractor may obtain a DUNS number (i) via the internet at http://fedgov.dnb.com/webform or if the offeror does not have internet access, it may call Dun and Bradstreet at 1-866-705-5711 if located within the United States; or (ii) If located outside the United States, by contacting the local Dun and Bradstreet office. The offeror should indicate that it is an offeror for a U.S. Government contract when contacting the local Dun and Bradstreet office. (2) The Contractor should be prepared to provide the following information: (i) Company legal business name. (ii) Tradestyle, doing business or other name by which your entity is commonly recognized. (iii) Company physical street address, city, state and zip code. (iv) Company mailing address, city, state, and zip code (if separate from physical). (v) Company telephone number. (vi) Date the company was started. (vii) Number of employees at your location. (viii) Chief executive officer/key manager. (ix) Line of business (industry). (x) Company headquarters name and address (reporting relationship within your entity). (d) Reserved. (e) Processing time, for registration in SAM, which normally takes five business days, should be taken into consideration when registering. Contractors who are not registered should consider applying for registration to least two weeks prior to invoicing. (f) The Contractor is responsible for the accuracy and completeness of the data within the SAM database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the SAM database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the SAM database to ensure it is current, accurate, and complete. Updating information in the SAM does not alter the terms and conditions of this contract and is not a substitute for a properly executed contractual document. Contractors may obtain information on registration and annual confirmation requirements via the SAM accessed through https://www.acquisition.gov or by calling 1-866-606-8220 or 334-206-7828 for international calls. (End of Clause) 52.232-33, Payment by Electronic Funds Transfer - (OCT 2003) No other additional contractual terms and conditions are applicable. In order to comply with the Debt Collection Improvement Act of 1996, ALL Vendors must be registered in the System for Award Management (SAM.gov) Offers will be evaluated based on price, proven technical capabilities, and the factors set forth in paragraph (a). An award will be made to the firm who can meet the specific requirements and is most advantageous to the Government considering price and other related factors on an all or none basis. This will be a firm fixed-price purchase order, with payment terms of Net 30. The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Mar 2009), applies to this acquisition. All proposals are required to be received in the contracting office no later than 11:00 am, EST, on Tuesday, June 28, 2016. Reference Request for Quotation (RFQ) Number NRMAC100-16-00976 in your quotation. All proposals must be submitted via electronics means (e-mail) to Barbara.Shifflett@noaa.gov and Gabrielle.Land@noaa.gov or by fax to 865-576-1327. The anticipated award date is on or around June 30, 2016. Questions pertaining to this special notice must be submitted in writing to Barbara Shifflett, Contracting Officer, (865) 576-0061, Barbara.Shifflett@noaa.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/OCSOAR/NRMAC100-16-00976/listing.html)
 
Place of Performance
Address: 456 S. Illinois Ave., Oak Ridge, Tennessee, 37830, United States
Zip Code: 37830
 
Record
SN04156744-W 20160623/160621234500-054321932a5c67bb969f98d470f2428a (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.