SOLICITATION NOTICE
99 -- LITHIUM ION POLYMER CELL TESTING FOR THE EMU CELLS CYCLE LIFE ACCELERATION FACTORS
- Notice Date
- 6/8/2004
- Notice Type
- Solicitation Notice
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BH
- ZIP Code
- 00000
- Solicitation Number
- NNJ04066252Q
- Response Due
- 6/18/2004
- Archive Date
- 6/8/2005
- Point of Contact
- Sharyn L Willis, Contract Specialist, Phone (281) 483-5863, Fax (281) 244-5337, Email sharyn.l.willis@nasa.gov - Tim A. Boyes, Contract Officer, Phone (281) 483-1838, Fax (281) 244-5331, Email timothy.a.boyes@nasa.gov
- E-Mail Address
-
Email your questions to Sharyn L Willis
(sharyn.l.willis@nasa.gov)
- Description
- This notice 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; offers are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Quotations (RFQ) for a lithium ion polymer cell testing for the EMU Cells Cycle Life Acceleration Factors. The test involves 57 cells (each are 8 Ah pouch cells) from Electrovaya, Inc. The objective of this 7 month test is to develop relationship of (1) calendar time/change rest, 2) cycles on cell performance between single and double bagged cells, 3) to examine temperature as an acceleration factor in the evaluation of calendar life. NASA will provide the cells. The contractor shall deliver the test report. See SOW attached. The provisions and clauses in the RFQ are those in effect through FAC 01-23. All responsible sources may submit an offer which shall be considered by the agency. Delivery to Johnson Space Center, Transportation Office, Building 421, 2101 NASA Parkway, Houston, Texas 77058-3696 is required by February 28, 2005. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by 1:30 P.M. CDT June 18, 2004 to NASA/Johnson Space Center, Attn: Sharyn Lee Willis, 2101 NASA Parkway, Houston, Texas 77058 and must include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml Offerors shall provide the information required by FAR 52.212-1 (JAN 2004), Instructions to Offerors-Commercial, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. FAR 52.212-4 (OCT 2003), Contract Terms and Conditions-Commercial Items is applicable. The FAR may be obtained via the Internet at URL: http://www.arnet.gov/far/ The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (January 2004) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clause, which is incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.233-3, Protest after Award (Aug 1996) (31 U.S.C. 3553). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: FAR 52.222-3, Convict Labor (Jun 2003) (E.O. 11755). FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2004) (E.O. 13126). FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999). FAR 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). FAR 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). FAR 52.225-1, Buy American Act-Supplies (June 2003) (41 U.S.C. 10a-10d). FAR 52.225-15, Sanctioned European Union Country End Products (Feb 2000) (E.O. 12849). FAR 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). FAR CLAUSE 52.204-7 CENTRAL CONTRACTOR REGISTRATION (OCT 2003) is incorporated by reference. FAR 52.222-44, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Feb 2002) All contractual and technical questions must be in writing (e-mail or fax) to Sharyn Lee Willis not later than June 10, 2004. Telephone questions will not be accepted. Selection and award will be made to that offeror whose offer will be most advantageous to the Government, with consideration given to the factors of proposed technical merit, price, and past performance. Other critical requirements: 1) Capability to deliver the product on time, 2) availability of test equipment, 3) Past experience with flight project testing, 4) Past experience with lithium ion battery testing , and 5) cost. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc . These representations and certifications will be incorporated by reference in any resultant contract. An ombudsman has been appointed -- See NASA Specific Note "B". Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=73 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes may be viewed at the following URLs linked below.
- Web Link
-
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=73#110675)
- Record
- SN00600416-W 20040610/040608212734 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |