SOURCES SOUGHT
99 -- REQUEST FOR OFFER (RFO) LEAD ACID STORAGE BATTERY - NSN: 6140-01-291-6488
- Notice Date
- 5/31/2012
- Notice Type
- Sources Sought
- Contracting Office
- FEDERAL AVIATION ADMINISTRATION, AMQ-210 AMC - Aeronautical Center (Oklahoma City, OK)
- ZIP Code
- 00000
- Solicitation Number
- DTFAAC-12-R-01010
- Response Due
- 6/30/2012
- Archive Date
- 7/15/2012
- Point of Contact
- Casey Davis, 405-954-7897
- E-Mail Address
-
casey.davis@faa.gov
(casey.davis@faa.gov)
- Small Business Set-Aside
- N/A
- Description
- The Federal Aviation Administration (FAA), Mike Monroney Aeronautical Center (MMAC), Oklahoma City, Oklahoma, has a requirement for lead acid batteries, manufactured in accordance with salient characteristics (2) provided. FAA Specification FAA-E-2826 is attached for reference. The batteries are required in support of the Aircraft Instrument Landing System (ILS). The proposed Indefinite Delivery/Requirements type contract with Economic Price Adjustment will include option provisions to renew for four (4) additional one-year periods. Requirements will be placed on an as needed basis. Each requirement will be direct ship from the contractor to the facility as orders are received. Contractor's standard commercial warranty is required. Firms shall complete and submit the attached Business Declaration form with their proposal. A technical evaluation will be conducted, see SIR/RFO Provisions L.2 and M.1. Required technical documentation shall include: (a) Written documentation to demonstrate the proposed battery conforms to the salient characteristics (2) provided in Attachment 1 (b) Supporting documentation to establish that the proposed battery meets the battery life expectancy requirement as stated in FAA-E-2826 Section 4.3.22; e.g. data from life tests of SAE J240 or SAE J2185. As noted in the salient characteristics, the requirement for the battery life cycle expectancy (Years of Use) has been changed from 20 years to 10 years for this solicitation. (c) A copy of their standard commercial warranty. Technical/cost proposals must be received by the FAA, Customer Service Desk (AMQ-100), 6500 South MacArthur Boulevard, Oklahoma City, Oklahoma 73169 (P.O. Box 25082, Zip Code 73125,) no later than 2:00 p.m. CST, June 30, 2012. Hand-carried proposals (or proposals sent by overnight delivery) shall be delivered to Room 313 of the Multi-Purpose Building located at 6500 South MacArthur Boulevard, Oklahoma City, Oklahoma 73169. The proposal must be sealed and labeled as follows: SIR/RFO DTFAAC-12-R-01010; due 2:00 p.m. CST, June 30, 2012. Hand-delivered responses will need to allow sufficient time to process through security procedures in place at the Aeronautical Center. Overnight delivery of responses to this SIR/RFO could also be impacted if not sent in sufficient time to allow for special mail handling procedures in place at the Aeronautical Center. Any responses received after 2:00 p.m. CST, June 30, 2012, will not be considered in accordance with AMS provision 3.2.2.3-14, Late Submissions, Modifications, and Withdrawals of Submittals, incorporated by reference in the solicitation. If all requested information is not furnished, the vendor's response may be determined ineligible. Potential offerors should note that the FAA reserves the right to communicate with one or more offerors at any time during the SIR/RFO process. This SIR/RFO is not to be construed as a contract or a commitment of any kind. The Government shall not be liable for payment of any costs attributed to the preparation and submission of requested technical documentation. Inquiries regarding the SIR/RFO should be directed to the Contract Specialist, Casey E. Davis, casey.davis@faa.gov. This Notice is for informational purposes for Minority, Women-Owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization, has a program to assist small businesses, small businesses owned and controlled by a socially and economically disadvantaged individuals, and women-owned concerns to acquire short-term working capital assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $750,000. For further information and applicable forms concerning the STLP, call the OSDBU at (800) 532-1169." NOTE: This original announcement was posted on the FAA's Contracting Opportunities website. If you are viewing this from another source, it may not contain all pertinent information. You may visit the FAA's website at www.faaco.faa.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/MMACTR/DTFAAC-12-R-01010/listing.html)
- Record
- SN02762075-W 20120602/120531235158-45b24694635c0e2b77dbdbdb84c3d9e7 (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 |