Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 21, 2016 FBO #5385
MODIFICATION

61 -- WY-BATTERIES AND CHARGER - Requirements Document for Specifications

Notice Date
8/19/2016
 
Notice Type
Modification/Amendment
 
NAICS
335911 — Storage Battery Manufacturing
 
Contracting Office
Bureau of Reclamation Great Plains Region Wyoming Area Office PO Box 1630 Mills WY 82644 US
 
ZIP Code
00000
 
Solicitation Number
R16PS01708
 
Response Due
9/1/2016
 
Archive Date
9/16/2016
 
Point of Contact
Kathleen Gross, Phone: 307 261-5619
 
E-Mail Address
kgross@usbr.gov
(kgross@usbr.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Requirements Document for Specifications 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 and attachments constitute the only solicitation. Reclamation is requesting quotations and will not issue a separate solicitation package. In order to facilitate the electronic submission of quotations, Reclamation is simultaneously attaching Request for Quotation (RFQ) number R16PS01708 to this announcement. This solicitation documents and incorporates provisions and clauses in effect through Federal Acquisition Circular Number 2005-87. Reclamation is issuing this solicitation as a total small business set-aside under the North American Industry Classification System (NAICS) Code 335911, Storage Battery Manufacturing. The applicable small business size standard is 1250 employees. Line 00010 60 each Station Batteries SBS STT2V420 Battery, vented lead-acid, station service type, consisting of 60 individually cased cells, rated at 125VDC, 475 amp-hours on an 8-hour discharge to 1.75 volts per cell at 77 degrees Fahrenheit. With: One set of cell numbering labels Sufficient No-ox grease for installation of battery bank. All necessary inter cell connectors and inter-tier jumpers. See attached Requirements Document for specifications. Line 00020 1 each Rack SBS E-SGL3-17 3Step 2Tier Std. Rack, 64.96 inch length x 28.15 inch width x 54.72 inch height See attached Requirements Document for specifications. Line 00030 1 each Spill System SBS SC67-34P15 Spill System with 15 Pillows, 67 inch length x 34 inch width x 4 inch height See attached Requirements Document for specifications. Line 00040 1 each Battery Enclosure SBS SBS-907236STD NEMA1 90 inch height x 72 inch length x 36 inch depth Includes: SBS-FK0636 Floor Stand Kit for 36 inch deep Cabinet SBS-FA66 Fan with Grill & Filter, 115VAC SBS-FGA66 Grill & Filter Kit for Enclosure SBS-TEMNO Thermostat for Enclosure Fan Kit, 30-140F, 120-250Vac, NO Contact SBS-HF4001B Fan Heater with Built-in Thermostat, 400Watt, 115Vac SSC-RACK Rack Assembled and Installed Inside Enclosure See attached Requirements Document for specifications. Line 00050 1 each Battery Charger SBS Model AT30-130-075-F-480-HXHXAGXXX See attached Requirements Document with specifications. Line 00060 1 each Portable hydrometer with holder SBS Z1G See attached Requirements Document for Specifications. Line 00070 1 each Vent-mounted acid electrolyte thermometer SBS 1353 See attached Requirements Document for specifications. Line 00080 1 each Battery Lifting Strap SBS STRAP-6FT See attached Requirements Document for specifications. Line 00090 2 each Hydrogen Gas Detector AC SBS SBS-H2 See attached Requirements Document for specifications. Line 00100 1 each AT series main control board assembly SBS EN5002-00 (A1) See attached Requirements Document for specifications. Line 00110 1 each Spare rectifier diode SBS RK0014-14, CR1 (25-75ADC ratings) See attached Requirements Document for specifications. Line 00120 2 each Spare electrolytic capacitor 2.5 inch can, 200V, 7400uF SBS RP0019-08, C1 (25-100Adc) See attached Requirements Document for specifications. Items are to be delivered to the Bureau of Reclamation at 205 Chamberlain Rd., Mills, WY, at no cost to the Bureau of Reclamation. Brand Name or Equal -- submit documentation for evaluation purposes. No offer will be considered for only a part of the Schedule (quote all or none). The Government will award a Firm-Fixed Price Purchase Order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation is the lowest price technically acceptable. The following provisions and clauses apply to this solicitation: FEDERAL ACQUISITION REGULATIONS 52.203-6 Restrictions on Subcontractor Sales to the Government - Alt I 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights 52.203-98 Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements-Representation 52.203-99 Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements 52.204-6 Data Universal Numbering System Number 52.204-7 System for Award Management 52.204-12 Data Universal Numbering System Number Maintenance 52.204-13 System for Award Management Maintenance 52.204-16 Commercial and Government Entity Code Reporting 52.204-17 Ownership or Control of Offeror 52.204-18 Commercial and Government Entity Code Maintenance 52.204-19 Incorporation by Reference of Representations and Certifications 52.212-1 Instructions to Offerors - Commercial Items 52.212-3 Offeror Representations and Certifications-Commercial Items 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items 52.225-25 Prohibition on Contracting With Entities Engaging In Certain Activities or Transactions Relating To Iran-Representation and Certifications 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.252-5 Authorized Deviations in Provisions 52.252-6 Authorized Deviations in Clauses Specific FAR Clauses Included In 52.212-05 That Are Applicable To This Requirement Include: 52.203-6 Restrictions on Subcontractor Sales to the Government 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.219-6 Notice of Total Small Business Set-Aside 52.219-28 Post Award Small Business Program Rerepresentation 52.222-19 Child Labor-Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.222-50 Combating Trafficking In Persons 52.222-55 Minimum Wages Under Executive Order 13658 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-3 Alt I Buy American-Free Trade Agreements-Israeli Trade Act 52.225-13 Restrictions 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 RECLAMATION ACQUISITION REGULATION Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) GP-3 Contractor's Administration Personnel WBR 1452.211-80 Notice of Intent to Acquire Metric Products and Services -- Bureau of Reclamation WBR 1452.222-80 Notice of Applicability - Cooperation with Authorities and Remedies - Child Labor - Bureau of Reclamation ET 02-20 Authorized Workers Notice to Potential Bureau of Reclamation Contractors WBR 1452.225-82 Notice of World Trade Organization Government Procurement Agreement Evaluations--Bureau of Reclamation Basis for Award In accordance with the procedures in FAR Part 12 and 13, RFQ Number R16PS01708 is available for viewing through electronic commerce via https://www.fbo.gov and via Reclamation's website at https://www.fedconnect.net/FedConnect/default.htm. Quotes are due no later than Thursday, September 1, 2016 by 4:00 p.m. Mountain Time. Reclamation will consider all responsible sources who submit a timely quote for award. Contractors may submit quotes electronically through FedConnect, e-mail to kgross@usbr.gov or fax to (307) 261-5691. Effective July 29, 2012, any contractor interested in doing business with the Federal Government must register in the System for Award Management (SAM) database prior to award of a contract or agreement. SAM is a Federal Government owned and operated FREE website that consolidates the Central Contractor Registration (CCR), the Online Representations and Certifications Application (ORCA), and the Excluded Parties List System (EPLS). The vendor's Duns & Bradstreet number and Federal Tax Identification Number should be submitted with quote. Contractors may obtain information on registration and annual confirmation requirements via the SAM website accessed through https://www.sam.gov/portal/public/SAM/ or by contacting the Federal Service Desk at 1-866-606-8220. For further information about this requirement, offerors should contact Kathleen Gross at kgross@usbr.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/bfc6d7eb810b98754a07d447c3ad2760)
 
Place of Performance
Address: Bureau of Reclamation at 205 Chamberlain Rd., Mills, Wyoming, 82644, United States
Zip Code: 82644
 
Record
SN04233168-W 20160821/160819235631-bfc6d7eb810b98754a07d447c3ad2760 (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.