Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 22, 2017 FBO #5720
SOLICITATION NOTICE

61 -- PRESSURE COMPENSATED 750 AMP-HOUR SILVER-OXIDE ZINC BATTERY CELLS

Notice Date
7/20/2017
 
Notice Type
Presolicitation
 
NAICS
335911 — Storage Battery Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Crane Division, 300 Highway 361, Building 3373, Crane, Indiana, 47522-5001, United States
 
ZIP Code
47522-5001
 
Solicitation Number
N0016417RJM08
 
Archive Date
9/28/2017
 
Point of Contact
Heidi Slaubaugh, Phone: 812-854-2604
 
E-Mail Address
heidi.slaubaugh@navy.mil
(heidi.slaubaugh@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
N00164-17-R-JM08 - PRESSURE COMPENSATED 750 AMP-HOUR SILVER-OXIDE ZINC BATTERY CELLS - FSC 6140 - NAICS 335911 Anticipated Issue Date: 04 AUG 2017 - Anticipated Closing Date: 13 SEP 2017 - Time 1400 (2:00 PM) EST Naval Surface Warfare Center (NSWC) Crane Division intends to award up to two (2) firm fixed price indefinite delivery indefinite quantity (IDIQ) contracts with a five (5) year ordering period for Pressure Compensated 750 AMP- hour Silver-Oxide Zinc battery cells, including the cells, associated engineering services, spare parts kits, and cell jar and cover molds. Multiple, no more than two (2), IDIQ awards could result if this method is determined to be in the best interest of the Government. The Navy intends to solicit and negotiate this contract on a full and open competition basis in accordance with FAR 6.1. This requirement will be procured utilizing Federal Acquisition Regulation (FAR) Part 15 procedures. Anticipated IDIQ Contract minimum quantity is 270 cells and the anticipated IDIQ maximum dollar value is $12,500,000. One (1) or more of the items under this acquisition are subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements. The required delivery date for hardware will be eight (8) months after date of contract (ADC). A preliminary inspection will be completed at the source by DCMA. Final Inspection and Acceptance will be at destination with delivery F.O.B. Destination to NSWC Crane, IN 47522-5001. The applicable NAICS Classification is 335911, and the size standard is 1,250 employees. The anticipated award date is 28 February 2018. The required Silver-Oxide Zinc cells, engineering services, spare parts kits, and jar case and cover mold shall be in accordance with the Statement of Work (SOW) and Military Specifications, which will be issued with the solicitation. This requirement for Pressure Compensated 750 AMP-hour Silver-Oxide Zinc battery cells will have three phases: Phase I will consist of the award of the contract and a delivery order for Silver-Oxide Zinc cells to meet at least the minimum quantity and may include a Cell Jar and Cover Mold. Phase II will consist of delivery orders for the Silver-Oxide Zinc cells and Spare Parts Kits and shall be awarded based on the performance of vendor supplied assets undergoing tests at Naval Warfare Center, Crane Division (NAVSURFWARCENDIVCrane) if data is available. Phase III will consist of delivery orders for the Silver-Oxide Zinc cells and Spare Parts Kits and shall be awarded based the performance of vendor supplied assets undergoing continued testing at Naval Warfare Center, Crane Division (NAVSURFWARCENDIVCrane) and the performance of fielded assets obtained under Phase I and Phase II, if data is available. To be eligible for award contractors must be properly registered in the System for Award Management (SAM) and the Joint Certification Program (JCP) in order to receive the controlled attachments. Offerors may obtain information on SAM registration and annual confirmation requirements by calling 1-866-606-8220 or via the internet at https://www.sam.gov. Information about the JCP is located at https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx. The controlled attachments will be posted to FedBizOps at the same time the solicitation is posted. FedBizOps may be accessed at http://www.fbo.gov. Solicitations are in portable document format (PDF). No hard copies of the solicitation will be mailed. Interested sources must download from the www site listed. To download and view these documents, you will need the latest version of Adobe Acrobat Reader. This software is available free at http://www.adobe.com. Offers must be submitted in the format specified in the solicitation to be considered. All changes that occur prior to the closing date will be posted to the FedBizOpps website. For changes made after the closing date, only those offerors that provide a proposal will be provided any changes/amendments and considered for future discussions and/or award. Questions or inquiries should be directed to Heidi Slaubaugh, Code 0233, telephone (812-854-2604), or email: heidi.slaubaugh@navy.mil. Please reference the above solicitation number when responding to this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016417RJM08/listing.html)
 
Record
SN04588372-W 20170722/170720235156-f6d9ba4c0c2de70014cd57f8ad7cd90c (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  © 1994-2020, Loren Data Corp.