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
SPECIAL NOTICE

61 -- SOURCES SOUGHT - M357380 UNINTERRUPTABLE POWER SUPPLY (UPS) BATTERY PACK

Notice Date
7/20/2017
 
Notice Type
Special Notice
 
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
N0016417SNC20
 
Archive Date
8/18/2017
 
Point of Contact
Clifford Rogers, Phone: 812-854-5307
 
E-Mail Address
clifford.rogers@navy.mil
(clifford.rogers@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
N00164-17-S-NC20 - SOURCES SOUGHT - M357380 UNINTERRUPTABLE POWER SUPPLY (UPS) BATTERY PACK - FSC 6140 - NAICS 335911 Issue Date: 20 JUL 2017 - Closing Date: 03 AUG 2017 - Time 2:00 pm EST SPECIAL NOTICE - REQUEST FOR INFORMATION (RFI): The Naval Surface Warfare Center, Crane Division has a requirement for a five year contract for Mil Power Source for uninterruptable power supply (UPS) batteries in accordance with NAVSEA drawing #6745403, referring part number: M357380. This contract action is anticipated to result in a Firm-Fixed-Price (FFP), Indefinite Delivery/Indefinite Quantity (IDIQ). This proposed supply action is for a minimum contract quantity of 10 with a maximum of 200 each and a minimum ordering quantity of 1 with a maximum of 40 each. Delivery terms are F.O.B Destination, Inspection and Acceptance: Destination. The proposed contract action is for supplies in which the Government intends to solicit and negotiate with only one source, Mil Power Source, 7 Field Lane, Belmont, NH, 03220-4621, CAGE: 0B7R6, under the authority of FAR 6.302-1 only one responsible source and no other supplies or services will satisfy agency requirements. The basis for restricting competition is Mil Power Source is the only contractor to undergo and complete the required testing: EMI/EMC, shock, vibration, temperature, environmental, electrical testing and physical measuring. This RFI is published to obtain information for use by NSWC Crane Division, for market research and planning purposes only; and is not a Request for Proposal, Invitation for Bid, or an announcement of a solicitation. There is no bid package or solicitation document associated with this announcement. This RFI is part of a continuous process for obtaining the latest information on the commercial status of the industry with respect to current and near-term abilities. Response to this RFI is strictly voluntary and will not affect any potential offeror's ability to submit an offer if a solicitation is released. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of preparing submissions in response to this RFI and the Government's use of such information. Although "proposal" and "offeror" are used in this RFI, your response will be treated as information only. It shall not be used as a proposal. Contractors must be properly registered in the Government System for Award Management database (SAM) and in the Joint Certification Program (JCP) in order to download any potential solicitation and attachments which may be issued. Offerors may obtain information on SAM registration and annual confirmation requirements by calling 1-866-606-8220, or via the Internet at www.sam.gov. Information about the JCP is located at https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx. Current plans (subject to change) call for 5 year Indefinite Delivery Indefinite Quantity (IDIQ) contract. It is requested that interested, experienced, qualified and potentially qualified sources submit a brief Industry Capabilities Statement demonstrating the capabilities and expertise required to perform the effort specified above. Examples of items that would be helpful would include but are not limited to: -Company name, CAGE Code, mailing address, point of contact, phone number and email address -Small Business Status for NAICS Code 335911 -Relevant past performance information for similar work -Quantity and price breaks along with standard delivery time Per Federal Acquisition Regulation (FAR) 52.215-3 Request for Information or Solicitation for Planning Purposes (Oct 1997): a) The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation. b) Although "proposal" and "offeror" are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal Responses from Small and Small Disadvantaged Business firms are highly encouraged. Firms responding should indicate if they are a small business, a socially and economically disadvantaged business, 8(a) firms, historically black colleges or universities, and minority institutions. At the current time, NO FUNDING IS AVAILABLE for contractual efforts. This request for information does not constitute an Invitation for Bids (IFB), a Request for Quote (RFQ) or a Request for Proposal (RFP) and it should not be construed as a commitment of any kind by the Government to issue a formal solicitation or ultimately award a contract. The US Government is in no way liable to pay for or reimburse any companies or entities that respond to this announcement. Any costs incurred by interested companies in response to this announcement will NOT be reimbursed. All information received in response to this notice that is marked proprietary will be handled accordingly. NSWC Crane Division makes no implied or in fact contracts by issuing this RFI. Acknowledgement of receipt of responses will not be made, nor will respondents be notified of the NSWC Crane's view of the information received. Do not send any material that requires a non-disclosure agreement or identify information that is business sensitive. Responses and product samples submitted to this notice will not be returned. Telephone calls/questions or inquiries will not be accepted. Interested vendors should respond to the POC below by 3 August 2017, 2:00 pm EST. Based on the number of vendor interests and information received, the government may schedule further testing and user/operational evaluations. Electronic or hard-copy submissions will be reviewed if received by the closing date and time. All information marked as proprietary information will be safeguarded to prevent disclosures to non-governmental personnel and entities. Electronic submissions regarding this announcement may be directed to Mr. Clifford Rogers. Mr. Clifford Rogers may be reached via e-mail at: clifford.rogers@navy.mil, or via phone at 812-854-5307. Hardcopy submissions should be mailed to the following: Mr. Clifford Rogers, Code 0232, Bldg. 3373, NAVSURFWARCENDIV Crane, 300 Highway 361, Crane, IN 47522-5001. Please refer to announcement number N00164-17-S-NC20 in all correspondence and communication.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016417SNC20/listing.html)
 
Record
SN04588384-W 20170722/170720235202-8733462acb6bf51ea495771d04343c87 (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.