Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 18, 2020 SAM #6776
SOLICITATION NOTICE

61 -- WY-COMM 48 VDC BATTERY REPLACEMENT

Notice Date
6/16/2020 9:58:39 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
WYOMING AREA OFFICE MILLS WY 82644 USA
 
ZIP Code
82644
 
Solicitation Number
140R6A20Q0003
 
Response Due
6/30/2020 12:00:00 AM
 
Archive Date
07/15/2020
 
Point of Contact
Whetham, Audrey
 
E-Mail Address
AWhetham@usbr.gov
(AWhetham@usbr.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
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 and attachments constitute the only solicitation; proposals are being requested and a written solicitation will not be issued. Consider this solicitation (#140R6A20Q0003) as a Request for Quotes (RFQ). This solicitation documents and incorporates provisions and clauses in effect through Federal Acquisition Circular 2019-03. This solicitation is set-aside for small business. NAICS 335999. The small business size is 500 employees. The resulting purchase order will be a firm-fixed price type contract. Line Item #10 VLRA Batteries 1. Manufacturer: C&D Technologies 2. Part Number: TEL 12-180F 3. Battery: 12V, 180AH, VLRA 4. Operating Temperature Range with Temperature Compensation: Discharge: -40 degrees F to +160 degrees F. Charge: -10 degrees F to +140 degrees F 5. Nominal Operating Temperature Range: +74 degrees F to +80 degrees F 6. Charging Current Limit: C20/5 Amperes 7. Floating Charging Voltage: 13.5 to 13.8 VDC average per 12V unit 8. Maximum AC Ripple (Charger): 0.5% RMS or 1.5% P-P 9. Equalize Charge & Cycle Service Voltage: 14.40 to 14.80 VDC average per 12V unit @ 77 degree F 10. Terminal: Inserted Inter-unit Connector: Threaded copper alloy insert terminal to accept -20 UNC bolt 11. Terminal Hardware: 110 in.-lbs 24 each @ $___________________ = _______________________ Line Item #20 Spill Containment 1. Manufacturer: Enviroguard 2. Part Number 29-31 3. 4"" x 1/2"" Polypropylene Barriers 4. 80 mil Polymeric Liner 5. 12"" x 12"" Neutralization and absorption Pads 5 each @ $___________________ = _______________________ Line Item #30 Battery Rack 1. Manufacturer: C&D Technologies 2. Part Number: RD05120-1TEP2 3. Number of Tiers: 1 4. Weight: 100lbs 5. Rack Dimensions: 25.9 wide x 22.8 depth x 17.6 height 6. Maximum Number of Batteries: 4 4 each @ $___________________ = _______________________ Line Item #40 Battery Rack 1. Manufacturer: C&D Technologies 2. Part Number: RD05120-2TEP2 3. Number of Tiers: 2 4. Weight: 150lbs 5. Rack Dimensions: 25.9 width x 22.8 depth x 32.6 height 6. Maximum Number of Batteries: 8 1 each @ $___________________ = _______________________ Delivery Date shall be on or before September 30, 2020. FOB Destination (Mills WY) do not list freight/shipping separately Delivery Address: Bureau of Reclamation 205 Chamberlain Road Mills, WY 82644 In accordance with the procedures in FAR Part 12 and 13, RFQ Number 140R6A20Q0003 is available for viewing through electronic commerce via Reclamation's website at http://fedconnect.net . The Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation is the lowest price and technically acceptable. The following provisions and clauses apply to this solicitation: FEDERAL ACQUISITION REGULATIONS 1. 52.204-7 System for Award Management 2. 52.204-13 System for Award Management Maintenance 3. 52.204-16 Commercial and Government Entity Code Reporting 4. 52.204-18 Commercial and Government Entity Code Maintenance 5. 52.204-19 Incorporation by Reference of Representations and Certifications 6. 52.204-22 Alternative Line Item Proposal 7. 52.204-23 Prohibition on Contracting Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities 8. 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance services or Equipment 9. 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance services or Equipment 10. 52.207-4 Economic Purchase Quantity Supplies 11. 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 12. 52.211-6 Brand Name or Equal 13. 52.212-1 Instructions to Offerors - Commercial Items 14. 52.212-3 Offeror Representations and Certifications-Commercial Items 15. 52.212-4 Contract Terms and Conditions - Commercial Items 16. 52.212-5 Contract Terms and Conditions Required to Implement Statutes Or Executive Orders - Commercial Items a. Specific FAR clauses included in 52.212-5 that are applicable to this requirement include: 52.219-6 Notice of Total Small Business Set-Aside , 52.219-28 Post Award Small Business Program Rerepresentation, 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, 52.222-50 Combating Trafficking in Persons, 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving, 52.225-1 Buy American Supplies, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration 17. 52.232-1 Payments 18. 52.232-39 Unenforceability of Unauthorized Obligations 19. 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 20. 52.233-3 Protest after Award 21. 52.233-4 Applicable Law for Breach of Contract Claim 22. 52.242-15 Stop work Order 23. 52.243-1 Changes Fixed-Price 24. 52.247-34 F.o.b. Destination 25. 52.249-8 Default (Fixed-Price Supply and Service) RECLAMATION ACQUISITION REGULATION 1. DOI - AAAP 0028 - Electronic Invoicing and Payment Requirements - Invoicing Processing Platform (IPP) 2. GP-4 Basis for Award 3. WBR 1452.222-80 Notice of Applicability - Cooperation with Authorities and Remedies - Child Labor - Bureau of Reclamation 4. WBR 1452.225-82, Notice of World Trade Organization Government Procurement Agreement Evaluations--Bureau of Reclamation Quotes are due no later than Tuesday, June 30, 2020, by 4:00 p.m. Mountain Time. Reclamation will consider all responsible sources who submit a timely quote for award. Contractors may submit quotes by e-mail to awhetham@usbr.gov or fax to 307- 261-5691. NOTE: Effective August 1, 2012 any contractor to be awarded a government contract must be registered and active in System for Award Management (SAM). Contractors must register at www.sam.gov Note: Contractor's must submit their Tax Identification Number and Data Universal Number with their offer For further information about this requirement, offerors should contact Audrey Whetham at awhetham@usbr.gov or call at 307- 261-5619.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b366f0da30ae4d3984967414007ea914/view)
 
Place of Performance
Address: 205 Chamberlain Road, Mills, WY 82644, USA
Zip Code: 82644
Country: USA
 
Record
SN05692992-F 20200618/200616230209 (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.