DOCUMENT
61 -- REQUEST FOR QUOTE (RFQ) FOR ACQUISITION OF LITHIONICS BRAND BATTERIES AND BATTERY MANAGEMENT SYSTEMS - MIKE MONRONEY AERONAUTICAL CENTER, OKLAHOMA CITY, OK - Attachment
- Notice Date
- 3/18/2015
- Notice Type
- Attachment
- NAICS
- 335911
— Storage Battery Manufacturing
- Contracting Office
- FEDERAL AVIATION ADMINISTRATION, AAQ-721 AC - Mike Monroney Aeronautical Center (Oklahoma City, OK)
- Solicitation Number
- 20144
- Response Due
- 3/23/2015
- Archive Date
- 3/23/2015
- Point of Contact
- Chris Ekadis, christopher.ekadis@faa.gov, Phone: 405-954-8071
- E-Mail Address
-
Click here to email Chris Ekadis
(christopher.ekadis@faa.gov)
- Small Business Set-Aside
- N/A
- Description
- NOTE: A.pdf version of this RFQ is also included as an attachement for easier viewing. This is a Request for Quote (RFQ) for the acquisition of Lithionics brand batteries and battery management systems as shown below. These items will be shipped to the Mike Monroney Aeronautical Center (MMAC) in Oklahoma City, OK 73169. All quotes should be in accordance with attached Terms and Conditions. NOTE: Delivery time frame is very important for this requirement. The FAA prefers that delivery be made on or before April 20, 2015. If this time frame is not possible, please state the expected delivery date(s) for the equipment. If it is not possible to ship all items, partial early deliveries are encouraged. Please state anticipated delivery dates for all partial shipments through completion of the order (i.e.: 40 batteries by April xx and 28 batteries by April xx). It is anticipated that a Fixed Price Purchase Order award will result from this announcement. The FAA will not pay for any information received or costs incurred in preparing the response to this RFQ. Therefore any cost associated with the submission is solely at the interested vendor s expense. RFQ Submission Please furnish a quote for the supplies as described below. Pricing should be per each item, with an aggregate total for each item and shipping as shown below. Shipping charges should be quoted as shipped to Oklahoma City, OK 73169. DescriptionQtyUnitUnit PriceTotal Price Lithionics Batteries68Each$___________$______________ Part # 12V450A-8D Delivery for above item (If not all in one shipment, please state expected partial deliveries). Please note the target date of on or before April 20, 2015: Lithionics Battery17Each$___________$______________ Management System Part # CRTL-200-48V Delivery for above item (If not all in one shipment, please state expected partial deliveries). Please note the target date of on or before April 20, 2015: Shipping for all units aboveLOT$___________$______________ (HAZMAT shipping, DOT Packaging and insurance) Evaluation and Award In the evaluation of quotes received, the FAA considers delivery more important than price. As such the FAA may award to other than the low offeror based on an integrated assessment of the delivery dates and prices quoted. Price will be evaluated based on the aggregate of the total prices from all CLINs. NOTE TO VENDOR: Please submit a quote (you may use your company s letterhead), incorporating the attached Terms and Conditions for this requirement, including a filled-out copy of the attached Business Declaration and the breakdown as shown above. Terms and conditions which differ, in part or in total, from those contained in this document will not be considered nor accepted by the Government. The terms and conditions herein may only be changed as a result of price negotiations, quantity / payment discounts offered by the Vendor, or changes to delivery terms / schedule for the supplies / services required as agreed to by both parties. In these instances, the Contracting Officer shall clearly document any agreements in the contract for the benefit of both parties prior to contract award. Responses should be submitted in a Microsoft Word document (preferred); however, portable document format (i.e..pdf file) is acceptable. The FAA will not respond to telephonic inquiries. All quotes should be submitted electronically to the following address: Chris Ekadis: christopher.ekadis@faa.gov All responses to this announcement must be received by close of business, Monday, March 23, 2015, 5:00 PM CDT (Oklahoma Time). NOTE: This original announcement was posted on the FAA s Contracting Opportunities website (faaco.faa.gov). If you are viewing this from another source, the information may not contain all pertinent information. You may visit the FAA s website as shown above. Terms and Conditions for the Acquisition of Lithionics Brand Batteries and Equipment 3.2.2.5-1 Terms and Conditions-Simplified Purchases (Services and Supplies) (October 2014) (a) 3.1-1 Clauses and Provisions Incorporated by Reference (July 2011) This screening information request (SIR) or contract, as applicable, incorporates by reference the provisions or clauses listed below with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make the full text available, or offerors and contractors may obtain the full text via Internet at: https://conwrite.faa.gov. 3.1.7-2 Organizational Conflicts of Interest (August 1997) 3.1.9-1 Electronic Commerce and Signature (July 2013) 3.2.2.3-82 Prohibition on Conducting Restricted Business Operations in Sudan - Certification (July 2012) 3.2.2.7-6 Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (April 2011) 3.2.5-1 Officials Not to Benefit (April 1996) 3.2.5-3 Gratuities or Gifts (January 1999) 3.2.5-4 Contingent Fees (October 1996) 3.2.5-5 Anti-Kickback Procedures (October 2010) 3.2.5-8 Whistleblower Protection for Contractor Employees (April 1996) 3.3.1-1 Payments (April 1996) 3.3.1-15 Assignment of Claims (April 1996) 3.3.1-17 Prompt Payment (April 2012) 3.3.1-33 System for Award Management (August 2012) 3.3.1-34 Payment by Electronic Funds Transfer/System for Award Management (August 2012) 3.3.2-1 FAA Cost Principles (October 1996) 3.6.1-7 Limitations on Subcontracting (October 2011) 3.6.2-8 Affirmative Action Compliance (April 1996) 3.6.2-9 Equal Opportunity (August 1998) 3.6.2-13 Affirmative Action for Workers With Disabilities (October 2010) 3.6.2-38 Certification of Knowledge Regarding Child Labor End Products (July 2007) 3.6.2-39 Trafficking in Persons (January 2008) 3.6.2-44 Notification of Employee Rights Under the National Labor Relations Act (January 2012) 3.6.3-16 Drug Free Workplace (March 2009) 3.6.3-23 Delivery of Electronic and Paper Documents (October 2014) 3.6.4-5 Buy American Act-Steel and Manufactured Products (July 2010) 3.6.4-10 Restrictions on Certain Foreign Purchases (January 2010) 3.6.4-19 Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification (April 2013) 3.9.1-1 Contract Disputes (October 2011) 3.9.1-2 Protest After Award (August 1997) 3.9.1-3 Protest (October 2011) 3.10.1-7 Bankruptcy (April 1996) 3.10.1-25 Novation and Change-of-Name Agreements (October 2007) 3.13-4 Contractor Identification Number-Data Universal Numbering (DUNS) Number (August 2012) 3.13-5 Seat Belt Use by Contractor Employees (October 2001) 3.13-13 Contractor Policy to Ban Text Messaging While Driving (January 2011) (b) The Contractor shall comply with the following additional AMS clauses, incorporated by reference, unless the circumstances do not apply: 3.1.7-6 Disclosure of Certain Employee Relationships (July 2009) 3.2.5-7 Disclosure Regarding Payments to Influence Certain Federal Transactions (October 2010) 3.3.1-24 Fast Payment Procedures (October 1996) 3.6.2-2 Convict Labor (April 1996) 3.6.2-3 Walsh-Healey Public Contracts Act Representation (October 2010) 3.6.2-4 Walsh-Healey Public Contracts Act (October 2014) 3.6.2-5 Certification of Nonsegregated Facilities (March 2009) 3.6.2-12 Equal Opportunity for Veterans (October 2014) 3.6.2-14 Employment Reports on Veterans (January 2011) 3.6.2-28 Service Contract Act of 1965, as Amended (October 2014) 3.6.2-31 Fair Labor Standards Act and Service Contract Act-Price Adjustment (April 1996) 3.6.4-2 Buy American Act-Supplies (October 2014) 3.10.4-16 Responsibility for Supplies (April 1996) (c) The Contractor shall comply with the following AMS provisions or clauses that the Contracting Officer has indicated as being incorporated by reference: ___3.6.1-1 Notice of Total Small Business Set-Aside (January 2010) ___3.6.1-2 Notice of Very Small Business Set-Aside (July 2006) ___3.6.1-3 Utilization of Small, Small Disadvantaged and Women-Owned, and Service-Disabled Veteran Owned Small Business Concerns (March 2009) ___3.6.1-8 Notification of Competition Limited to Eligible SEDB Concerns (January 2010) ___3.6.1-12 Notice of Service-Disabled Veteran Owned Small Business set-Aside (October 2011) ___3.6.1-14 Notice of Partial Small Business Set-Aside (January 2010) ___3.6.3-13 Recycle Content and Environmentally Preferable Products (April 2009) ___3.6.3-20 IEEE 1680 Standard for the Environmental Assessment of Personal Computers (October 2014) ___3.6.3-20 Alternate I IEEE 1680 Standard for the Environmental Assessment of Personal Computers (October 2013) ___ 3.6.3-20 Alternate II IEEE 1680 Standard for the Environmental Assessment of Personal Computers (July 2013) ___3.10.1-8 Suspension of Work (September 1998) _X__3.10.1-9 Stop Work Order (October 1996) ___3.10.1-9 Stop Work Order, Alternate I (October 1996 ) ___3.10.1-10 Stop Work Order-Facilities (June 1999) ___3.10.1-11 Government Delay of Work (April 1996) _X__3.10.1-12 Changes-Fixed Price (April 1996) ___3.10.1-12 Changes-Fixed Price, Alt I (April 1996) ___3.10.1-12 Changes-Fixed Price, Alt II (April 1996) ___3.10.1-12 Changes-Fixed Price, Alt III (April 1996) ___3.10.1-12 Changes-Fixed Price, Alt IV (April 1996) ___3.10.1-12 Changes-Fixed Price, Alt V (April 1996) ___3.10.1-13 Changes-Cost-Reimbursement (April 1996) ___3.10.1-13 Changes-Cost-Reimbursement, Alt I (April 1996) ___3.10.1-13 Changes-Cost-Reimbursement, Alt II (April 1996) ___3.10.1-13 Changes-Cost-Reimbursement, Alt III (April 1996) ___3.10.1-13 Changes-Cost-Reimbursement, Alt IV (April 1996) ___3.10.1-13 Changes-Cost-Reimbursement, Alt V (April 1996) ___3.10.1-26 Contractor Performance Assessment Reporting System (April 2013) _X__3.10.6-1 Termination for Convenience of the Government (Fixed-Price) (October 1996) ___3.10.6-2 Termination for Convenience of the Government (Educational and Other Nonprofit Institutions) (October 1996) ___3.10.6-3 Termination (Cost-Reimbursement) (October 2014) ___3.10.6-3, Alt I Termination (Cost-Reimbursement) Alternate I (October 2014) ___3.10.6-3, Alt II Termination (Cost-Reimbursement) Alternate II (October 2014) ___3.10.6-3, Alt III Termination (Cost-Reimbursement) Alternate III (October 2014) ___3.10.6-3/Alt IV Termination (Cost-Reimbursement) Alternate IV (October 1996) ___3.10.6-3/Alt V Termination (Cost-Reimbursement) Alternate V (October 1996) _X__3.10.6-4 Default (Fixed Price Supply and Services) (October 1996) ___3.10.6-5 Default (Fixed-Price Research and Development) (October 1996) ___3.10.6-6 Default (Fixed Price Construction) (October 1996) ___3.10.6-7 Excusable Delays (October 1996) (d) Warranty. The Contractor warrants and implies that the items delivered hereunder are merchantable and fit for use for the particular purpose described in this contract. (e) Inspection and Acceptance. The Contractor must only tender for acceptance those supplies or services that conform to the requirements of this contract. The Government reserves the right to inspect or test any supplies or services that have been tendered for acceptance. The Government may require repair or replacement of nonconforming supplies or re-performance of nonconforming services at no increase in contract price. If repair, replacement or re-performance will not correct the defects or is not possible to correct the defects in a time period deemed reasonable by the Government, the Government may seek an equitable price reduction or adequate consideration for acceptance of nonconforming supplies or services. The Government must exercise its post-acceptance rights: (1) Within a reasonable time after the defect was discovered or should have been discovered; and (2) Before any substantial change occurs in the condition of the item, unless the change is due to the defect in the item. 3.6.3-3 Hazardous Material Identification and Material Safety Data (April 2009) (a) Hazardous material, as used in this clause, includes any material defined as hazardous under the latest version of Federal Standard No. 313 (including revisions adopted during the term of the contract). (b) The offeror must list any hazardous material, as defined in paragraph (a) of this clause, to be delivered under this contract. The hazardous material shall be properly identified and include any applicable identification number, such as National Stock Number or Special Item Number. This information shall also be included on the Material Safety Data Sheet submitted under this contract. Material (If none, insert None) __________________________________ Identification No. __________________________________ (c) The apparently successful offeror, by acceptance of the contract, certifies that the list in paragraph (b) of this clause is complete. This list must be updated during performance of the contract whenever the Contractor determines that any other material to be delivered under this contract is hazardous. (d) The apparently successful offeror agrees to submit, for each item as required prior to award, a Material Safety Data Sheet, meeting the requirements of 29 CFR 1910.1200(g) and the latest version of Federal Standard No. 313, for all hazardous material identified in paragraph (b) of this clause. Data shall be submitted in accordance with Federal Standard No. 313, whether or not the apparently successful offeror is the actual manufacturer of these items. Failure to submit the Material Safety Data Sheet prior to award may result in the apparently successful offeror being considered nonresponsible and ineligible for award. (e) If, after award, there is a change in the composition of the item(s) or a revision to Federal Standard No. 313, which renders incomplete or inaccurate the data submitted under paragraph (d) of this clause or the certification submitted under paragraph (c) of this clause, the Contractor shall promptly notify the Contracting Officer and resubmit the data. (f) Neither the requirements of this clause nor any act or failure to act by the Government shall relieve the Contractor of any responsibility or liability for the safety of Government, Contractor, or subcontractor personnel or property. (g) Nothing contained in this clause shall relieve the Contractor from complying with applicable Federal, State, and local laws, codes, ordinances, and regulations (including the obtaining of licenses and permits) in connection with hazardous material. (h) The Government's rights in data furnished under this contract with respect to hazardous material are as follows: (1) To use, duplicate and disclose any data to which this clause is applicable. The purposes of this right are to- (i) Apprise personnel of the hazards to which they may be exposed in using, handling, packaging, transporting, or disposing of hazardous materials; (ii) Obtain medical treatment for those affected by the material; (iii) Have others use, duplicate, and disclose the data for the Government for these purposes. (2) To use, duplicate, and disclose data furnished under this clause, in accordance with subparagraph (h)(1) of this clause, in precedence over any other clause of this contract providing for rights in data. (3) The Government is not precluded from using similar or identical data acquired from other sources. (i) Except as provided in paragraph (i)(2) the Contractor shall prepare and submit a sufficient number of Material Safety Data Sheets (MSDS's), meeting the requirements of 29 CFR 1910.1200(g) and the latest version of Federal Standard No. 313, for all hazardous materials identified in paragraph (b) of this clause. (1) For items shipped to consignees, the Contractor shall include a copy of the MSDS with the packing list or other suitable shipping document which accompanies each shipment. Alternatively, the Contractor is permitted to transmit MSDS's to consignees in advance of receipt of shipments by consignees, if authorized in writing by the Contracting Officer. (2) For items shipped to consignees identified by mailing address as agency depots, distribution centers or customer supply centers, the Contractor shall provide one copy of the MSDS's in or on each shipping container. If affixed to the outside of each container, the MSDS must be placed in a weather resistant envelope. 3.1-1 Clauses and Provisions Incorporated by Reference (July 2011) This screening information request (SIR) or contract, as applicable, incorporates by reference the provisions or clauses listed below with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make the full text available, or offerors and contractors may obtain the full text via Internet at: http://conwrite.faa.gov. 3.11-34 F.O.B. Destination (April 1999) ***************************************************************************************** To assist in properly completing the certification below, the following questions are provided: 1. Yes NoIs/Are the product(s) offered unmanufactured end product(s) mined or produced in the United States? 2. Yes NoIs/Are the product(s) offered end product(s) manufactured in the United States? 3. Yes NoFor the product(s) offered, do the costs of the components thereof that are mined, produced, or manufactured in the United States exceed 50% of the cost of all its components? If the answer to any of the above questions is Yes , the product(s) offered is/are considered a domestic end product for the purposes of the Buy American Act-Supplies clause. If all answers are No , the product(s) offered may not be considered domestic end products and the Buy American Act Certificate should be completed accordingly. Please complete the following certification and submit with your quote/offer. ***************************************************************************************** 3.6.4-15 Buy American Act Certificate (July 1996) (a) The offeror certifies that each end product, except as listed below, is a domestic end product (as defined in the clause "Buy American Act-Supplies,") and components of unknown origin are considered to have been mined, produced, or manufactured outside the United States. Excluded end product country of origin ______________________ ______________________ ______________________ ______________________ ______________________ ______________________ [list as necessary] (b) The offeror agrees to furnish any additional information as the contracting officer may request to verify the above information and to evaluate the offer. Offerors may obtain from the contracting officer lists of articles, materials, and supplies excepted from the Buy American Act. Company Name:Date: Company Representative: (print name) Title: Signature: If you're viewing this announcement from a source other than Federal Aviation Administration Contract Opportunities (FAACO), visit https://faaco.faa.gov/index.cfm/announcement/view/20144 to view the original announcement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/MMACTR/20144/listing.html)
- Document(s)
- Attachment
- File Name: Business Declaration (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/51261)
- Link: https://faaco.faa.gov/index.cfm/attachment/download/51261
- File Name: RFQ in .pdf format (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/51260)
- Link: https://faaco.faa.gov/index.cfm/attachment/download/51260
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: Business Declaration (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/51261)
- Record
- SN03671836-W 20150320/150318235217-d717e60eb5b27d08403a3f01ac935e98 (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 |