Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 19, 2013 FBO #4225
SOLICITATION NOTICE

H -- Testing of Ideal Power converter

Notice Date
6/17/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
N00244 NAVSUP Fleet Logistics Center San Diego Seal Beach Office 800 Seal Beach Blvd. Bldg 239 Seal Beach, CA
 
ZIP Code
00000
 
Solicitation Number
N0024413T0164
 
Response Due
6/27/2013
 
Archive Date
7/12/2013
 
Point of Contact
Rachel McFarland 562-626-7319
 
E-Mail Address
click here to contact contract specialist
(rachel.mcfarland@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial service prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures and authority of FAR 13, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00244-13-T-0164. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-66, and DFARS DPN 201300522. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm The NAICS code is 541380 and the Small Business Standard is $14.0M. This is a restrictive sole source action. This requirement is a SOLE SOURCE REQUIREMENT with Ideal Power Converters Inc, TX. This notice is for information only and is not a request for proposals or a solicitation of offers. NAVSUP Fleet Logistic Center San Diego requests responses from qualified sources capable of providing: Realiability calculations and testing of four 30kW Universal Ideal Power Converters for photovoltaic inverter and DC battery charging applications. Tasks include: Field history data Analysis; Mean Time Between Failure calculations; Complete Failure modes and effects analysis; Third party design document/test record analysis; HASS/HALT testing to include vibration and inverter operation; Third Party Stress/Derating analysis; Lifetime Warranty Failure Analysis to identify warranty events and develop a warranty cost model and calculate warranty costs for each identified warranty event; and End of Life Analysis and reportshowing how long product will last relative to each potential failure mechanism. The authority for this sole source action is FAR 13.106-1, for purchases not exceeding the simplified acquisition threshold, contracting officers may solicit from one source if the contracting officer determines that the circumstances of the contract action deem only one source reasonably available. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. However, all proposals or quotations received by the closing response date will be considered by the Government. A determination by the Government not to compete this proposed contract based upon responses to this notice 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. PLEASE SEE ATTACHED SOLE SOURCE MEMORANDUM Period of Performance is 01 July 2013 thru 30 September 2014. Delivery is FOB Destination. Product shall be delivered 30 days after receipt of contract order. Inspection and acceptance will be performed at the destination by a government representative. All prospective offerors are cautioned that in the event the Government is unable to determine price reasonableness based upon the offers received and market analysis, the Government will not issue a contract. This decision is solely the decision and the right of the Government. All efforts performed and all costs expended by prospective offerors in providing information requested by the solicitation are not subject to reimbursement by the Government. The following FAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.247-34, F.O.B. Destination; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items with the following clauses applicable to paragraph (b): 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies;52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disable Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52-222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disable Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.232-33, Payment by Electronic Funds Transfer- Central Contractor Registration. Quoters are reminded to include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: NAVSUP 5252.232-9402, Invoicing and Payment (WAWF) Instructions. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, to include 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.247-7023 Alt III, Transportation of Supplies by Sea. 252.203-7005 Representation Relating to Compensation of Former DoD Officials; 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law; 252.223-7008 Prohibition of Hexavalent Chromium; 252.225-7002 Qualifying Country Sources as Subcontractors; 252.232-7010 Levies on Contract Payments; 252.232-7006 Wide Area Work Flow Payment Instructions; 252.243-7001 Pricing of Contract Modifications. 252.225-7001, Buy American Act and Balance of Payments Program, and 252.232-7003, Electronic Submission of Payment Requests. The Government intends to award a firm-fixed contract. Responses must be received no later than 1:00PM PST on 27 June 2013. Contact: Rachel McFarland email Rachel.mcfarland@navy.mil Procedures in FAR 13.106 are applicable to this procurement. All Contractors doing business with the Federal Government must be registered the U.S. Contractor Registration System SAMS at https://www.sam.gov. Contractor is responsible for ensuring contractor Registration and Online Representations and Certifications Applications (ORCA) are current. Lack of registration in the SAMS database will make an offeror/quoter ineligible for award. Please ensure compliance with this regulation when submitting your proposal.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/280/N0024413T0164/listing.html)
 
Record
SN03090831-W 20130619/130617234509-331dc106248e237f651d69597919fa95 (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.