SOLICITATION NOTICE
66 -- SOLE SOURCE � REGENERATIVE BATTERY TEST SYSTEM
- Notice Date
- 2/10/2020 12:27:49 PM
- Notice Type
- Presolicitation
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- NSWC CRANE CRANE IN 47522 USA
- ZIP Code
- 47522
- Solicitation Number
- N0016420RJM37
- Response Due
- 2/25/2020 11:00:00 AM
- Archive Date
- 04/10/2020
- Point of Contact
- Lindsey Sparks, Phone: 812-854-5351
- E-Mail Address
-
lindsey.sparks@navy.mil
(lindsey.sparks@navy.mil)
- Description
- N0016420RJM37 � SOLE SOURCE � REGENERATIVE BATTERY TEST SYSTEM - FSC 6625 - NAICS 334515 Anticipated Issue Date: 10 February 2020 � Anticipated Closing Date: 25 February 2020 - 2:00 PM EST The Naval Surface Warfare Center (NSWC) Crane intends to issue a sole source Indefinite-Delivery, Indefinite-Quantity, Firm-Fixed-Price, five-year contract to NH Research (NHR) for up to nine Regenerative Battery Test Systems, Model Number (4808-16-270C), used in support of the US Navy Submarine Fleet. NH Research, 16601 Hale Avenue, Irvine, CA 9260, CAGE 24862. The proposed contract action is for the supplies for which the Government intends to solicit and negotiate with one source, NH Research (NHR), under the authority of FAR 6.302-1. The basis for being sole source is to maintain a form, fit and function requirement of the existing regenerative battery test system and a single common software package located at NSWC Crane testing laboratory to test Submarine Valve-Regulated Lead-Acid (SVLRA) cells. The continuous use of the NHR provided Regenerative Battery Test Systems will prevent time delays or duplication of cost to the Government. The requirement has a maximum system dimension of 88�H x 144�W x 44� D and approximately 1200 lbs. in weight. The estimated ceiling for this procurement is $1,500,000 for a maximum of nine units with FOB delivery to NSWC Crane, Crane, Indiana. All responsible sources may submit a capability statement, proposal, quotation, or other pertinent information, such as a description of their similar testing systems to test SVLRA cells. The capability statement shall address how the responsible source will overcome the time delays and duplication of cost. All responses will be considered by the agency. However, a determination by the Government not to compete with this proposed contract based upon responses to this solicitation 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. Contractors must be properly registered in the System for Award Management (SAM). 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. Contract Opportunities on https://beta.sam.gov/ has officially replaced FBO.gov All changes that occur prior to the closing date will be posted to Contract Opportunities on https://beta.sam.gov/. 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.� The primary point of contact at NSWC Crane is Lindsey Sparks, Code 0233, at telephone 812-854-5351, or email: lindsey.sparks@navy.mil. The mailing address is: Lindsey Sparks Code 0233, Bldg. 121 Room 234, NAVSURFWARCENDIV Crane, 300 Highway 361, Crane, IN 47522-5001. Please refer to the announcement number in all correspondence and communications.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/a4a9e1df7fd14877a273efe118bee2e7/view)
- Record
- SN05555975-F 20200212/200210230147 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |