Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 19, 2020 SAM #6625
SOURCES SOUGHT

99 -- Base Notice: Marine Lithium-ion Rechargeable Battery - NWWG2100-20-00209

Notice Date
1/17/2020 7:27:27 AM
 
Notice Type
Sources Sought
 
NAICS
335911 — Storage Battery Manufacturing
 
Contracting Office
DEPT OF COMMERCE NOAA NORFOLK VA 23510 USA
 
ZIP Code
23510
 
Solicitation Number
NWWG2100-20-00209
 
Response Due
1/27/2020 2:00:00 PM
 
Archive Date
02/11/2020
 
Point of Contact
Jason S Niederwerder, Phone: 8164267460, Jacquelyn A Shewmaker, Phone: 8164267462, Fax: 8162746939
 
E-Mail Address
Jason.Niederwerder@noaa.gov, jackie.a.shewmaker@noaa.gov
(Jason.Niederwerder@noaa.gov, jackie.a.shewmaker@noaa.gov)
 
Description
This synopsis is prepared by the NOAA Aquisition and Grants Office, Eastern Region Aquisition Division, located in Kansas City, MO,��in accordance with FAR 5.207, and is not a request for quote (RFQ).� The identified base notice number NWWG2100-20-00209 is assigned for tracking purposes only.� Based upon previous procurement history provided below, the Government intends to award one (1) purchase order with firm-fixed prices to Lithiumstart, Inc., located at 865 Hinckley Rd. Burlingame, CA 94010, on a sole source basis for the purchase of twenty-five (25) marine lithium-ion rechargeable batteries for the National Data Buoy Center (NDBC) Technology Refresh Systems. Requirement: Marine Lithium-ion Rechargeable Battery, PN: BATA-3-40-PN8-15H, Qty 25. Background: Marine Lithium-ion Rechargeable Batteries are commercial items in accordance with FAR 2.101 and are used by the NDBC in the Self-Contained Ocean Observing Payload (SCOOP) data acquisition system. The SCOOP system is a technology refresh for the NDBC�s current coastal monitoring stations. The NDBC solicited this design effort under procurement NWWG9502-14-00518, which in open competition was awarded to Lithiumstart Inc. under contract EA-133W-14-SU-0268. The battery was destructively (explosion and fire) tested to ensure the safety of the battery during shipping, handling, and installation on marine platforms. During fiscal year 2015 and 2016, small quantities of the designed batteries were purchased for laboratory and field testing and the design was tweaked with improved anodized coatings to reduce corrosion in the marine environment. A follow-on procurement in 2016 added a heater to the design to ensure the full functioning of the battery in stations located above the 45� latitude. The SCOOP system including the Lithiumstart Lithium-ion rechargeable battery was commissioned for operational use and deployed in April of 2018. Starting over with a new battery design would require substantial duplication of cost, which is considered to not be in the best interests of the Government. Delivery: Required delivery is 120 days ARO. The North American Industry Classification System Code is 335911 Storage Battery Manufacturing, and the Small Business Size Standard is 1250 employees. Set-aside Status: The statutory authority for other than full and open competition is FAR 13.106-1(b)(ii), Only one responsible source. Interested parties are advised that the minimum qualifying standards for technical acceptability are attached to this synopsis. All responsible sources may submit a capability statement, proposal or quote by 4:00 P.M Central Standard Time, on January 27, 2020. The Government reserves the right to either solicit quotes based on the receipt of affirmative responses, or to issue a contract to Lithiumstart Inc., whichever is determined to be more advantageous to the Government without further notice. 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 be considered solely for the purpose of determining whether to conduct a competitive procurement in the future. Evidence must be provided of ability to provide the requirement. A capability statement and any other information furnished must be in writing, and must contain material in sufficient detail to allow NOAA to determine if the party can meet all of the foregoing requirements.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/fb25d5dab07a427daa7edc70df673557/view)
 
Place of Performance
Address: Stennis Space Center, MS 39529, USA
Zip Code: 39529
Country: USA
 
Record
SN05538544-F 20200119/200117230137 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.