Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 15, 2012 FBO #3856
DOCUMENT

61 -- SUBMARINE VALVE REGULATED LEAD ACID BATTERIES - Attachment

Notice Date
6/13/2012
 
Notice Type
Attachment
 
NAICS
335911 — Storage Battery Manufacturing
 
Contracting Office
N00164 NAVAL SURFACE WARFARE CENTER, INDIANA 300 Highway 361, Building 64 Crane, IN
 
Solicitation Number
N0016412RGS05
 
Response Due
10/4/2012
 
Archive Date
12/4/2012
 
Point of Contact
Candy Owen 812-854-8143
 
E-Mail Address
POINT OF CONTACT
(candy.owen@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This synopsis is being posted to both the Federal Business Opportunities (FBO) page located at http://www.fbo.gov, and the Navy Electronic Commerce on Line (NECO) site located at https://www.neco.navy.mil/. While it is understood that FBO is the single point of entry for posting of synopsis and solicitations to the internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by NSWC Crane. Naval Surface Warfare Center (NSWC) Crane Division has a requirement for Submarine Valve Regulated Lead Acid Batteries. This acquisition is under North American Industry Classification System code (NAICS) 335911, Storage Battery Manufacturing. This requirement for Submarine Valve Regulated Lead Acid batteries will have three phases. Phase I will consist of delivery orders for Ohio (OH), Los Angeles (LA), Virginia (VA), Sea Wolf (SW) and MTS class VRLA batteries for years 1 and 2 and will cover the minimum quantity. Phase II will consist of delivery orders for Ohio (OH), Los Angeles (LA), Virginia (VA), Sea Wolf (SW) and MTS class VRLA batteries for year 3 and shall be awarded based on the performance of vendor supplied assets undergoing tests at Naval Surface Warfare Center, Crane Division (NAVSURFWARCENDIV Crane) and performance of fielded assets obtained during Phase I. Phase III will consist of delivery orders for Ohio (OH), Los Angeles (LA), Virginia (VA), Sea Wolf (SW) and MTS class VRLA batteries for year 4 and shall be awarded based on vendor supplied assets undergoing continued tests at NAVSURFWARCENDIV Crane and performance of fielded assets under Phase I (and possibly Phase II if data is available). The Contracting Officer may award Phase I, Phase II, and Phase III to up to two vendors. If only one award is made, the minimum requirement is 2 OH and 2 LA class VRLA batteries. If two awards are made, each contractor will receive a contract for a minimum of 1 OH and 1 LA class VRLA batteries. The solicitation will contain other supporting CLINs for boosting and storing of VRLA batteries, as well as CLINs for trays, spare cells, packaging and Engineering Services. Delivery terms are 180 days after contract award date. Delivery will be FOB origin with inspection and acceptance at origin within 60 days of receipt at FOB origin. FAR Subpart 25.4 Trade Agreements is applicable to this requirement. This procurement will be solicited by means of full and open competition. The Government anticipates awarding up to two firm fixed price, 4 year Indefinite Delivery Indefinite Quantity (IDIQ) contracts that will be awarded using FAR part 15, as a result of the solicitation that will follow this announcement. To be eligible for award, contractors must be properly registered in the Government ™s Central Contractor Registration database (CCR). Offerors may obtain information on CCR registration and annual confirmation requirements by calling 1-888-227-2423, or via the Internet at www.ccr.gov. The solicitation attachments will be posted to FedBizOpps at the same time the solicitation is posted. FedBizOpps may be accessed at http://www.fbo.gov. Contractors must be registered in the Government ™s Joint Certification Program (JCP) in order to receive the solicitation attachments. RFPs are in portable document format (PDF). No hard copies of the solicitation will be mailed. Interested sources must download from the www site listed. To download and view these documents, you will need the latest version of Adobe Acrobat Reader. This software is available free at http://www.adobe.com. All changes to the requirement that occur prior to the closing date will be posted to FedBizOpps and NECO. It is the responsibility of interested vendors to monitor FedBizOpps and/or NECO for amendments that may be issued to this solicitation. 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. A draft solicitation will be available for download on or about 23 July 2012. The solicitation will be available for download on or about 23 August 2012. Closing date will be on or about 04 October 2012. The POC is Candy Owen, Code CXMQEB, telephone 812-854-8143, fax 812-854-5666 or e-mail candy.owen@navy.mil. No hard copies of the solicitation will be mailed. Offers must be submitted in the format specified in the solicitation to be considered. Submitting a bid from the NECO web site by clicking on the "Submit Bid" does not guarantee offers will be received by the proper person in the correct format.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016412RGS05/listing.html)
 
Document(s)
Attachment
 
File Name: N0016412RGS05_12RGS05_syn.doc (https://www.neco.navy.mil/synopsis_file/N0016412RGS05_12RGS05_syn.doc)
Link: https://www.neco.navy.mil/synopsis_file/N0016412RGS05_12RGS05_syn.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02774568-W 20120615/120613235446-30134532e09d6b0c91f6f95f00f74bf1 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.