Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 13, 2017 FBO #5650
SOLICITATION NOTICE

61 -- Supply/deliver eight (8) each solar battery banks.

Notice Date
5/11/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335911 — Storage Battery Manufacturing
 
Contracting Office
NPS, PWR - OLYM MABO 600 E. Park Avenue Port Angeles WA 98362-6757 US
 
ZIP Code
00000
 
Solicitation Number
P17PS01323
 
Response Due
5/26/2017
 
Archive Date
6/10/2017
 
Point of Contact
Hoversten, Hal
 
Small Business Set-Aside
Total Small Business
 
Description
Mount Rainier National Park is seeking quotes for the supply/delivery of battery banks for the Sunrise Solar Array. Quoted items shall be brand name or equal to the models listed. Units offered shall be new; not remanufactured nor refurbished; and shall be manufactured in the United States of America. Line item; description; quantity; total. 010 One (1) each Deka (brand name or equal) Unigy II Spacesaver rack system. The system shall be made up of two (2) each 24V battery banks of twenty-four (24) each (Deka brand name or equal Unigy II 3AVR95-33) cells in a parallel wiring configuration. A forklift and operator will be available at the delivery point. Please provide 24 hours advanced notice prior to delivery by telephone contact to J. Fuller at 360-569-6720. Grand total quote including shipping: FOB: Destination to the Sunrise Stockade area, located off of State Route 410, Enumclaw, WA zip code 98022: $______________ Minimum requirements of the battery bank shall include: Nominal battery voltage: 48 Volts. Minimum Single Battery Ah capacity (77 degrees Fahrenheit & 1.75 v.p.c) shall be 1800 Amp Hours. Minimum Battery Bank Ah Capacity shall be: 7200 Amp Hour Rack Mounting Hardware Accessibility: All of the rack mounting hardware shall be interlock (front termination blocks). Minimum Seismic Requirement for racks: UBC Zone 4 Certification. 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. This announcement constitutes the only solicitation and a written solicitation will not be issued. The solicitation number P17PS01323 is being issued as a request for quotation (RFQ) the solicitation document and incorporated provisions and clauses are those in affect through Federal Acquisition Circular (FAC) 2005-94, 2005-95 effective January 17, 2017. This requirement is a total small business set-aside open to any and all small businesses. The applicable NAICS code is 335911 with a size standard of 1250 employees. The Government will award a single firm fixed-price purchase order resulting from this solicitation to the most responsive and responsible offeror whose quote is determined to be the best value to the Government. The provision at 52.212-1 Instructions to Offerors-Commercial Items applies to this solicitation. The clauses at FAR 52.212-4, contract Terms and Conditions-Commercial Items and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition, to include the following clauses sited and incorporated by reference: FAR 52.204-10, 52.209-6, 52.211-6, 52.219-6, 52.219-13, 52.219-28, 52.222-3, 52.222-19, 52.222-20, 52.222-21, 52.222-26, 52.222-36, 52.223-18, 52.225-1, 52.225-13, 52.232-33 and 52.232-39. All offerors must be registered and have active profiles, to include complete representations and certifications, in the System for Award Management (SAM) database https://www.sam.gov prior to the close date of this RFQ in order to be eligible for award. It is the responsibility of the offerors to ensure their profile information is accurate and current in order to prevent future complications. Offerors may obtain assistance by calling the Federal Service Desk at 866-606-8220. Quotes must be received no later than May 26th, 2017 at 12:00 pm, Pacific Daylight Time via e-mail to hal_hoversten@nps.gov. Shipping of the units is requested 30 days upon receipt of order (ARO). Hard copies of the solicitation will not be provided, other questions or inquiries should be directed by no later than May 19, 2017 to: Hal Hoversten, Contract Specialist, Mount Rainier National Park at hal_hoversten@nps.gov. Vendors shall be required to register and submit invoices via the Department of the Treasury's Internet Payment Platform (IPP): https://www.ipp.gov Federal Tax Exemption #53-0197094 applies to all taxes.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P17PS01323/listing.html)
 
Record
SN04504764-W 20170513/170511235246-2c693e44c64434a05cab2a3c1745ae2b (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.