Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 25, 2015 FBO #4992
DOCUMENT

61 -- MARKET SURVEY: GNAS Batteries-Acquisition and Installation of Valve Regulated Lead Acid and Flooded Cell Battery Systems - Attachment

Notice Date
7/23/2015
 
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
21805
 
Response Due
8/18/2015
 
Archive Date
8/18/2015
 
Point of Contact
Connie Houpt, connie.m.houpt@faa.gov, Phone: 405-954-7820
 
E-Mail Address
Click here to email Connie Houpt
(connie.m.houpt@faa.gov)
 
Small Business Set-Aside
N/A
 
Description
MARKET SURVEY THIS POSTING IS BEST VIEWED AT HTTPS://FAACO.FAA.GOV, KEYWORD: Batteries. The Federal Aviation Administration (FAA) has a requirement for the acquisition and installation of Valve Regulated Lead Acid and Flooded Cell Battery Systems at FAA National Air Space (NAS) facilities with critical backup power requirements. The Statement of Work (SOW) documents FAA s battery equipment and installation service needs. (Draft) SOW and specifications are attached to this market survey announcement. Firms expressing an interest must be able to provide the batteries and services to the FAA anywhere within the 48 contiguous United States, Alaska, Hawaii, Puerto Rico, Bahamas and Guam. The intent of the requirement is to acquire Commercial Off-The-Shelf/Non Developmental Items (COTS/NDI) battery system equipment. Battery systems provide backup power to Very High Frequency Omnidirectional Ranging (VORs), Uninterruptible Power Supplies (UPSs) and Direct Current Back-UP Systems (DC BUSs) during commercial power service interruptions. Installation Requirements: a.Provide surveys to support installation requirements. b.Provide seismic reports to document calculations required to select proper battery rack anchors for seismic locations. c.Furnish and deliver batteries for install by others. d.Dispose of existing batteries (provide recycling certificate) e.Remove existing batteries, f.Install new battery systems g.Reinstall existing automated battery monitor or install new automated battery monitor) h.Test new battery string, record baseline readings, load test data and complete contractor acceptance inspection form (CAI). GNAS Battery System Equipment Requirements: a.Batteries - Valve Regulated Lead Acid (VRLA) battery or Flooded Cell Battery (FCB) having twelve or more batteries. The batteries are connected in series and referred to as a Battery String . Typical numbers of batteries per string are: 12, 18, 24, 30, 32, 36 and 40 supplying 24, 36, 48, 360, 384, 432 and 480 volts DC, respectively. b.Battery accessories - battery connecting hardware, battery tier-to-tier connecting hardware, lifting strap/spreader bar, strap, jumpers and covers c.Automated battery monitor (ABM) d.Eyewash e.Spill containment f.Front facing VRLA battery racks g.FCB racks h.Support Equipment battery lift, cell resistance/voltage meter, H2 detector, spill kit, hydrometer, ABM calibration Kit. It is estimated that the NAS may require 100-200 full or partial battery system replacements annually. It is the FAA s intent to award multiple contracts to meet this requirement. It is anticipated that Indefinite-Delivery/Indefinite-Quantity type contracts will be awarded to fulfill this requirement. The results of the market survey will assist the FAA to determine the extent of contracts that may be set-aside for small businesses, SBA-certified Socially and Economically Disadvantaged Small Businesses [8(a)] and Service-disabled Veteran-owned Small Businesses. The NAICS code applicable to this requirement is 335911-Storage Battery Manufacturing. The business size standard for this NAICS is 500 employees. CAPABILITY STATEMENT: Qualified vendors are invited to submit documentation evidencing the possession of the following capabilities: 1. Demonstration of capacity to handle the projected requirement for batteries and battery strings as specified in the (draft) Statement of Work. 2. Demonstration of installation of batteries and battery strings. 3. Demonstration of the ability to deliver anywhere within the 48 contiguous United States, Alaska, Hawaii, Puerto Rico, Bahamas and Guam. The qualified vendor documentation submittal can include but is not limited to the following: 1.Vendor s battery system project orders 2.Vendor s installation and survey reports 3.Venders program management reports 4.Re-cycling certificates 5.Battery system installation test data 6.OEM specifications 7.OEM battery installation manuals 8.OEM operation/maintenance manuals 9.Seismic installation calculations. MANDATORY REQUIREMENTS FOR RESPONSE TO MARKET SURVEY: In order to be considered responsive, organizations expressing interest in this matter must provide the following: a. Capability Statement (as defined above) b. Completed Business Declaration Form Responses to this market survey should be sent electronically to the Contracting Officer using the following address: connie.m.houpt@faa.gov. Responses must be received no later than 2:00 p.m. CST, August 18, 2015. This market survey is for planning purposes only and shall not be construed as a request for proposal or as an obligation on the part of the FAA to acquire these batteries and services. No entitlement to payment of direct or indirect costs or charges by the FAA will arise as a result of submission of responses to this market survey and the FAA's use of such information. 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. 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/21805 to view the original announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/MMACTR/21805/listing.html)
 
Document(s)
Attachment
 
File Name: Business Declaration Form (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/56212)
Link: https://faaco.faa.gov/index.cfm/attachment/download/56212

 
File Name: DRAFT Specification (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/56211)
Link: https://faaco.faa.gov/index.cfm/attachment/download/56211

 
File Name: DRAFT Statement of Work (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/56210)
Link: https://faaco.faa.gov/index.cfm/attachment/download/56210

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03807862-W 20150725/150723235257-8d2bfbc48e0471c6981b3e3042924da2 (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.