Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 14,2000 PSA#2556

Regional Contracting Department (Code 201), Fleet and Industrial Supply Center, 1942 Gaffney Street, Ste 100, Pearl Harbor, HI 96860-4549

61 -- AUTOMOTIVE STORAGE BATTERIES SOL N00604-00-Q-0002 DUE 032100 POC Viki Nakamoto, (808) 473-7532, Contract Specialist, David Clemens, (808) 473-7562, Contracting Officer E-MAIL: CLICK HERE TO CONTACT THE CONTRACT SPECIALIST VIA, viki_t_nakamoto@pearl.fisc.navy.mil. 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 constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation N00604-00-Q-0002 is issued as a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 97-15 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20000210. This procurement is being solicited on an unrestricted basis and is not set-aside for small businesses. The applicable Standard Industrial Classification is 3691 and the small business size standard is 500. The resultant contract will be an Indefinite Delivery Type Contract (with fixed price provisions) and deliveries shall be made only upon issuance of individual delivery orders placed against the resulting contract. These commercial items are being procured using Simplified Acquisition Procedures (SAP) in accordance with FAR 13.5. The authorized ordering activities are Navy Public Works Center, Pearl Harbor and Fleet And Industrial Supply Center, Pearl Harbor. Offerors shall submit unit prices and amounts at subline item levels only (e.g., 0001AA, 0001AB) and not at line item levels (e.g., 0001). The resulting contract will be to provide various quantities of 12-volt lead acid automotive storage batteries (maintenance free), as specified in this notice, to Public Works Center, Bldg. 34 (Pearl Harbor Naval Shipyard), Pearl Harbor, Hawaii, and Naval Air Station, Bldg. 90, Barbers Point, Hawaii 96862-5050. The contractor will be responsible for removal and disposal of replaced batteries. The annual estimated quantities (U/I=Each) and NSN #s are: 390 of 6140-01-031-6879; 215 of 6140-01-032-1326; 40 of 6140-00-179-4991; 60 of 6140-01-210-1964; 220 of 6140-00-397-2678; 8 of 6140-01-203-4912; 90 of 6140-00-538-9984; 145 of 6140-01-203-3473; 45 of 6140-01-314-3791; 125 of 6140-LL-LOO-7172; 130 of 6140-LL-LOO-7173. Period of Performance: Base period: 01 September 2000 thru 31 August 2001; plus four option periods: 01 Sep 01 thru 31 Aug 02; 01 Sep 02 thru 31 Aug 03; 01 Sep 03 thru 31 Aug 04; 01 Sep 04 thru 31 Aug 05. Specifications (by NSN #s): 6140-01-031-6879 -- Terminal Quantity (TQ): 2; Terminal Type (TT): Taper Post; Overall Length (in inches nominal unless otherwise stated) (OL): 10.250; Overall Height (in inches nominal unless otherwise stated) (OH): 8.750; Overall Width (in inches nominal unless otherwise stated) (OW): 6.812; Separator Material (SM): Any Acceptable; Case Material (CM): Plastic; Battery Electrolyte (BE): Acid; Terminal Location (TL): Top At Each End; Ampere Hour Capacity (AHC): 70.00; Time Capacity in Hours (TCH): 20.00; Approx. Shelf Life (in years) (ASL): 1.0; Cell Quantity (CQ): 6; Plate Material (PM): Lead; Plate Quantity Per Cell (PQPC): Any Acceptable; Non Spilling Feature (NSF): Included; Charge Indicator (CI): Not Included; Electrolyte Level Indicator (ELI): Not Included; Storage/Shipment Condition (S/SC): Wet Charged; Integral Charging Facility (ICF): Not Included; Plate Type (PT): Negative or positive; Case Design Type (CDT): Sealed; Voltage in Volts (VV): 12.0; Nondefinitive Spec/STD Data (NS/SD): 5 Class; BCI 24, Warranty Minimum (in months) (W) 48; Minimum rating (MR) CC475, RC 80. NSN 6140-01-032-1326 -- TQ: 2; TT: Threaded Post; OL: 13.000; OH: 9.400; OW: 6.800; Ventilation Design Type (VDT): Venting Accomplished thru design; SM: Any Acceptable; CM: Plastic; BE: Lead Acid; Fording Feature (FF): Not included; TL: Top At Each End; AHC: 80.00; TCH: 20.00; ASL: 1.0; CQ: 6; PM: Lead; PQPC: 6; NSF: Included; CI: Not Included; ELI: Not Included; S/SC: Wet Charged; ICF: Not Included; PT: Negative or positive; Unpackaged Unit Weight in pounds (UUW): 57.000; CDT: Filling Plug Openings; VV: 12.0; NS/SD: 2 Class; BCI 31, W: 24; MR CC455, RC 130. 6140-00-199-4991 -- TQ: 2; TT: Taper Post;OL: 21.250; OH: 10.875; OW: 11.125; VDT: Vented Filler Caps; SM: Any Acceptable; CM: Rubber, Hard; BE: Lead Acid; FF: Not Included; Submersibility (S): Nonsubmersible; TL: Top; AHC: 200.00; TCH: 20.00; Discharge Time in Minutes (DTM): 0.5; ASL: 1.0; CQ: 6; PM: Lead; PQPC: Any Acceptable; NSF: Not Included; Discharge Rate in Amps (DRA): 900.00; CI: Not Included; ELI: Not Included; S/SC: Wet Charged; ICF: Not Included; PT: Negative and positive; CDT: Filling Plug Openings; VV: 12.0; NS/SD: 8D Size & 200 Rating & 20 Assy; BCI 8D, W 24. 6140-01-210-1964 -- TQ: 2; TT: Taper Post; OL: 11.250 inches (") maximum (max.); OH: 8.810" minimum (min.) and 9.070" max.; OW: 10.440" min. and 10.560" max.; BE: Lead Acid; Portability Method (Port): Handle, each end, folding; TL: Top; CQ: 6; PM: Lead; NSF: Included; S/SC: Dry charged; CDT: Filling Plug Openings; VV: 12.0; BCI 6TN, W 24; MR CC800, RC 200. 6140-00-397-2678 -- TQ: 2; TT: Taper Post; OL: 10.250; OH: 8.770; OW: 7.270; VDT: Vented Filler Caps; SM: Any Acceptable; CM: Any Acceptable; BE: Lead Acid; FF: Not Included; S: Nonsubmersible; TL: Top at each end; AHC: 60.00; TCH: 20.00; DTM: 0.5; ASL: 5.0; CQ: 6; PM: Lead; PQPC: Any Acceptable; NSF: Not Included; DRA: 335.00; CI: Not Included; ELI: Not Included; S/SC: Dry Charged; ICF: Not Included; PT: Negative and Positive; CDT: Filling Plug Openings; VV: 12.0; NS/SD: 74 Size & 60 Rating & 22 Assy; BCI 74, W 24; MR CC355, RC 98 side mount. 6140-01-203-4912 -- TQ: 2; TT: Taper Post; OL: 20.750; OH: 10.870; OW: 8.740; SM: Any Acceptable; CM: Any Acceptable; BE: Acid; FF: Not Included; AHC: 172.00; TCH: 20.00; ASL: 1.0; CQ: 6; PM: Lead; PQPC: Any Acceptable ; NSF: Not Included; CI: Not Included; ELI: Not Included; S/SC: Dry Charged; ICF: Not Included; PT: Negative and Positive; Criticality Code Justification (CCJ): AQHH; CDT: Filling Plug Openings; VV: 12.0; Special Features (SF): Cold Crank Amps at 0 DegF-925; Reserve Capacity in minutes (Res) 252; W: 2 years. 6140-00-538-9984 -- TQ: 2; TT: Taper Post;OL: 12.031; OH: 8.875; OW: 6.812; SM: Any Acceptable; CM: Rubber; BE: Acid; FF: Not Included; S: Nonsubmersible; TL: Top at each end; AHC: 70.00; TCH: 20.00; DTM: 0.5; ASL: 5.0; CQ: 6; PM: Lead; PQPC: Any Acceptable; NSF: Included; DRA: 355.00; CI: Not Included; ELI: Not Included; S/SC: Dry Charged; ICF: Not Included; PT: Negative and positive; CDT: Filling Plug Openings; VV: 12.0; NS/SD: 27 Size & 70 Rating & 9 Assy; BCI 27, W 48; MR CC 485, RC 121. 6140-01-203-3473 -- TQ: 2; TT: Threaded Hole; OL: 8.190; OH: 7.700; OW: 7.050; SM: Any Acceptable; CM: Any Acceptable; BE: Acid; FF: Not Included; CQ: 6; PM: Any Acceptable; PQPC: Any Acceptable; NSF: Not Included; CI: Not Included; ELI: Not Included; S/SC: Wet Charged; ICF: Not Included; PT: Negative and positive; CDT: Sealed; VV: 12.0; SF: Cold Crank amps at 0 degF-405; Res -- 75; W: 2 years. 6140-01-314-3791 -- TQ: 2; OL: 11.125; OH: 7.562; OW: 7.188; BE: Lead Acid; CQ: 6; DRA: 850.00; CDT: Sealed; VV: 12.0; BCI 65, 6 cell, 2 terminal; 850 CCAMPS, W 24. 6140-LL-LOO-7172 -- Battery, 12 volt; Cleaning Cranking used on Ford Tempo and Ranger Truck; OL: 10-1/6"; OH: 6-15/16"; OW: 7-3/16"; BCI 58, 6 cell, 2 terminal; 540 CC AMPS, W: 24. 6140-LL-LOO-7173 -- Battery, 12 volt; 6 Cell, 2 terminal; OL: 10-1/4"; OH: 7-7/8"; OW: 6-13/16"; BCI 34, 650 CC AMPS, W 24; Maintenance Free for Dodge/Spirit. These quantities are estimates only and are neither ordered nor guaranteed by the contract resulting from this solicitation. The estimated quantities cited in this synopsis/solicitation are based on the minimum warranty periods stated for each line item and the actual usages may vary if an offeror provides batteries with longer warranty periods. Deliveries shall be F.O.B. Destination to the PWC locations and at the quantities stated on the individual delivery orders. Delivery shall be made within ten (10) working days after the date of the individual order or the Government may opt to pick-up batteries within three (3) working days; when the needs of the Government permit, orders may provide a longer delivery time. Inspection and acceptance of the delivered items shall be made by PWC, Pearl Harbor at destination. Quoters are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at http://procure.arc.nasa.gov/Acq/Forms/Index.html to submit a quotation. Copies of the following FAR & DFARS provisions/clauses may be obtained from websites http://www.arnet.gov/far/ or http://farsite.hill.af.mil/vffar1.htm or http://www.acq.osd.mil/dp/dars/dfars/dfars.html or http://farsite.hill.af.mil/VFDFAR1.HTM or from the POC stated herein. Offerors are required to complete and include a copy of the following provisions with their proposals. The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition. The following addenda apply to: Paragraph (b)(10), Past performance- Delete entire paragraph. Substitute "Past Performance will not be evaluated as a trade-off against price, but will be used as a factor in determining responsibility." Offerors shall provide at least three (3) recent references for same or similar items as specified herein. The list of references must include the company or activity's name & address (include the name, phone #, fax number & email address of a point of contact), description and amount of contract, and date of award; paragraph (c), Period for acceptance of offers is revised to reflect an acceptance period of 60 calendar days from the date specified for receipt of offers; Paragraph (h), Multiple awards -- Delete entire paragraph. Substitute "Single Award. The Government plans to award a single contract resulting from this solicitation." The provision at FAR 52.212-2, Evaluation-Commercial Items applies. Addendum to Paragraph (a), Award shall be made to the responsible Offeror whose proposal is in conformance with the specifications/statement of work, in full compliance to all other requirements set forth in the solicitation and is the lowest cost or price. In the event unit price(s) and extended price(s) are ambiguous, the Government shall use the indicated unit price(s) for evaluation/award purposes. Pricing will be evaluated inclusive of all option periods. All offerors shall include a completed copy of the provision at FAR 52.212-3-Alternate I, Offeror Representations and Certifications -- Commercial Items, with their offer. The clause at FAR 52.212-4, Contract Terms and Conditions Commercial Items, applies. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies with the following applicable FAR clauses for paragraph (b): 52.203-6, Restrictions on Subcontractor Sales to the Government-Alternate I; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.219-8, Utilization of Small Business Concerns; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; The following FAR clauses apply: 52.216-18, Ordering; 52.223-3, Hazardous Material Identification; Material Safety Data;; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-36, Payment by Third Party; 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels; 52.216-21, Requirements. The clause at FAR 52.216-19, Order Limitations applies. The following addenda apply: paragraph (a) $50.00; paragraph (b)(1) $25,000.00; paragraph (b)(2) $25,000.00; paragraph (b)(3) 5 calendar days; paragraph (d) 3 calendar days. FAR clause 52.217-9, Option to Extend the Term of the Contract applies. The following addenda apply: paragraph (a) 30 calendar days; 45 calendar days; paragraph (c) 60 months. The following DFARS clauses apply: 252.223-7001, Hazard Warning Labels; 252.225-7002, Qualifying Country Sources as Subcontractors; 252.247-7023 Transportation of Supplies by Sea and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following clauses apply to paragraph (b): 252.225-7007, Buy American Act -- Trade Agreements -- Balance of Payments Program; 252.225-7021, Trade Agreements and 252.243-7002 Requests for Equitable Adjustment. The following DFARS provisions apply: 252.212-7000, Offeror Representations and Certifications-Commercial Items; 252.225-7006, Buy American Act -- Trade Agreements -- Balance of Payments Program Certificate and 252.225-7020 Trade Agreements Certificate. Add the following provision: FAR 52.215-5, Facsimile Proposals. Offerors should not assume they will have an opportunity to revise their quotes. No order will be issued at greater than a fair and reasonable price. Quoters must include their standard commercial price list with their quotes. Quotes are due at the Regional Contracting Department, Fleet and Industrial Supply Center, Code 203A.VN, 1942 Gaffney Street, Suite 100, Pearl Harbor, HI 96860-4549. Facsimile proposals will be accepted at (808) 473-5750. Offers must be received no later than 10:00 a.m. Hawaii Standard Time on 21 March 2000. Contact Viki Nakamoto for information regarding the solicitation at (808) 473-7532, by fax at (808) 473-5750. Posted 03/10/00 (W-SN433472). (0070)

Loren Data Corp. http://www.ld.com (SYN# 0233 20000314\61-0001.SOL)


61 - Electric Wire and Power and Distribution Equipment Index Page