SOLICITATION NOTICE
59 -- FBI Battery Packs
- Notice Date
- 3/15/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 335912
— Primary Battery Manufacturing
- Contracting Office
- Department of Justice, Federal Bureau of Investigation, Procurement Section, 935 Pennsylvania Avenue, N.W., Washington, District of Columbia, 20535, United States
- ZIP Code
- 20535
- Solicitation Number
- RFQ-0006348
- Archive Date
- 4/12/2018
- Point of Contact
- Matthew Simmers, Phone: 7033225986
- E-Mail Address
-
matthew.simmers@ic.fbi.gov
(matthew.simmers@ic.fbi.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is RFQ-0006348 and it is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-80. The applicable North American Industry Classification System NAICS) code is NAICS 335912, Primary Battery Manufacturing and is being posted as a small business set-aside. The Federal Bureau of Investigation (FBI), Science and Technology Acquisition Unit, Chantilly, VA intends to establish a single award, firm-fixed price type contract for the equipment listed below associated with this RFQ. Delivery is Destination is Quantico VA. ITEM QUANTITY UNIT PRICE EXTENDED PRICE Lithium Iron Phosphate 3.2v battery packs 99 *Prices quoted shall be FOB Destination and include shipping* The Battery Pack requirements are as follows: • The battery cells shall be composed of Lithium Iron Phosphate (LiFePO4) • The battery cells shall be 3.2V and 3.7Ahr • The battery cells assembly shall be encapsulated in heat shrink. • The battery pack shall provide12.8V DC output. • The battery pack shall provide 66AHr battery, minimum. • The battery pack shall provide 844.8WHrs, minimum. • The battery pack shall provide 25A Max continuous discharge current • The battery pack shall accommodate a 60A Max burst/peak discharge current • The battery pack shall operate in a temperature range of -20C to +60C. • The battery pack shall not exceed dimensions of 7.9 x 1.92 x 13.9 inches without shrink wrap protection • The battery pack shall fit in a container (battery housing) which is 8.401 x 2.25 x 14.775 inches with a tolerance of 0.1+/- inch • The battery pack shall provide AWG 18ga 12 inch pig tail wires from the power protection circuit board. • Pig tail wires colors shall be red (positive) and black (negative). • Protection circuit shall provide balanced voltage/current for each cell during charging • Protection circuit shall provide over charging and over discharging protection • Protection circuit shall provide short circuit protection. • Protection circuit shall operate in a range of -40C to +85C • Protection circuit shall accept 14.6V DC input • Protection Circuit shall pull no more than 4.0 Amps. • Vendor shall provide sample functional testing data showing specifications are being met. • Vendor shall provide sample environmental testing data. • Electronic components and protection circuit shall be wrapped in Mylar tape to prevent ESD damage • Battery packs and circuits shall have a minimum three year warranty against defects The Government intends to base award determination on lowest priced, technically acceptable quotation. Quoters are advised that the Contracting Officer will verify registration in the System for Award Management (SAM) database prior to award of any contract, by entering the potential awardee DUNS number into each database. Failure to complete the registration will result in elimination from consideration for award. The following clauses and provisions apply to this acquisition: 52.212-1 Instructions to Offerors Commercial Items and 52.212-2 Evaluation Commercial Items. The contract award will be offered to the lowest price technically acceptable quote made to the Government. All Quoters must be registered with the System Award Management (SAM). Quoters who are not registered with SAM (https://www.sam.gov/portal/SAM/) shall be considered nonresponsive and will not be considered in the evaluation. FAR 52.212-4 Contract Terms and Conditions Commercial Items and 52.212-5 Contract Term and Conditions are required to implement Statutes or Executive Orders-Commercial Items. In paragraph (B) of 52.212-5, the following apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1, 52.225-13, 52.223-6 and 52.247-34. Additional FAR Clauses applicable to this requirement: 52.203-6 (Alt 1), 52.222-19, 52.229-3, 52.232-8, 52.246-2, 52.246-4 and 52.246-16. All clauses and provisions referenced in this announcement may be accessed at the following website: http://www.acquisition.gov/far. SUBMISSION OF QUOTATIONS: Quotation must be received no later than 10:00 a.m. EDT on March 28, 2018. The anticipated date of award will be approximately April 2, 2108. Questions regarding this solicitation must be received by email no later than March 19, 2018 to the names listed below. Questions will not be addressed via telephone. Quotations will only be accepted by email. All quotations must be submitted to the Contract Specialist, Matthew Simmers at matthew.simmers@ic.fbi.gov. Include the following in your subject line: Quotations submitted in response to RFQ-0006348. Quote shall be good for 30 calendar days after close of RFQ.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/FBI/PPMS1/RFQ-0006348/listing.html)
- Place of Performance
- Address: Quantico, Virginia, United States
- Record
- SN04856560-W 20180317/180315232320-ebff99708af1b82d04cc9e30e734a4b2 (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 |