SOLICITATION NOTICE
66 -- REGENERATIVE BATTERY TEST SYSTEM
- Notice Date
- 6/19/2020 6:27:14 AM
- Notice Type
- Presolicitation
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- NSWC CRANE CRANE IN 47522-5001 USA
- ZIP Code
- 47522-5001
- Solicitation Number
- N0016420RJM40
- Response Due
- 6/26/2020 11:00:00 AM
- Archive Date
- 07/11/2020
- Point of Contact
- Lindsey Sparks, Phone: 8128545351
- E-Mail Address
-
lindsey.sparks@navy.mil
(lindsey.sparks@navy.mil)
- Description
- AMENDMENT 0001: The purpose of this amendment is to remove the JCP registration requirement in order to receive the applicable requirements documents. N0016420RJM40 � REGENERATIVE BATTERY TEST SYSTEM � FSC - 6625 � NAICS 334515 Issue Date: 12 JUN 2020 � Closing Date: 26 JUN 2020 - 2:00 PM EST COMPETITIVE PROCUREMENT: The Naval Surface Warfare Center Crane Division (NSWC-CD) has a requirement for a five-year contract for regenerative battery test systems in accordance with the Statement of Work (SOW) and Performance Specification (PS). This contract action is anticipated to result in a Firm-Fixed-Price (FFP), Indefinite Delivery/Indefinite Quantity (IDIQ) contract with an ordering period of five years from date of contract. The following Contract Line Items (CLINs) are anticipated: CLIN 0001 � Battery Test Systems � Minimum Quantity 1 Each/Maximum Quantity 3 Each CLIN 0002 � Battery Test System Training � Minimum Quantity 1 Each/Maximum Quantity 3 Each CLIN 0003 � Battery Installation � Minimum Quantity 1 Each/Maximum Quantity 3 Each CLIN 0004 � Calibration � Minimum Quantity 1 Each/Maximum Quantity 3 Each CLIN 0005 � Data � Not Separately Priced Item Unique Identifier (IUID) is required. Required delivery is 270 Calendar Days after receipt of funded delivery order and FOB: Destination. The anticipated award date is September 2020. The NSWC Crane intends to issue a competitive commercial solicitation in accordance with FAR 12 and FAR 15.101-2 Lowest Price Technically Acceptable source selection process on 30 June 2020 and allow 30 Calendar days for response time. Special Notice: The draft SOW, PS, and Market Research Questionnaire are attached for interested parties review and opportunity to provide questions. The Government will use the information received to identify interested sources capable of satisfying the Government requirement and verify commercial items can meet the Government requirements. Solicitation and attachments will be made available and obtained by interested parties through Contract Opportunities https://beta.sam.gov/. All changes that occur prior to the closing date will be posted to Contract Opportunities on https://beta.sam.gov/. For changes made after the closing date, only those offerors that provide a proposal will be provided any changes/amendments and considered for future discussions and/or award.� Contractors must be properly registered in the System for Award Management (SAM) in order to receive the controlled attachments. Offerors may obtain information on SAM registration and annual confirmation requirements by calling 1-866-606-8220 or via the internet at https://www.sam.gov. The controlled attachments will be posted at the same time the solicitation is posted. The primary point of contact at NSWC Crane is Lindsey Sparks, Code 0233, at telephone 812-854-5351, or email: lindsey.sparks@navy.mil. The mailing address is: Lindsey Sparks Code 0233, Bldg. 121 Room 234, NAVSURFWARCENDIV Crane, 300 Highway 361, Crane, IN 47522-5001. Please reference the above solicitation number when responding to this notice. _______________________________________________________________________________ N0016420RJM40 � REGENERATIVE BATTERY TEST SYSTEM � FSC - 6625 � NAICS 334515 Issue Date: 12 JUN 2020 � Closing Date: 26 JUN 2020 - 2:00 PM EST COMPETITIVE PROCUREMENT: The Naval Surface Warfare Center Crane Division (NSWC-CD) has a requirement for a five-year contract for regenerative battery test systems in accordance with the Statement of Work (SOW) and Performance Specification (PS). This contract action is anticipated to result in a Firm-Fixed-Price (FFP), Indefinite Delivery/Indefinite Quantity (IDIQ) contract with an ordering period of five years from date of contract. The following Contract Line Items (CLINs) are anticipated: CLIN 0001 � Battery Test Systems � Minimum Quantity 1 Each/Maximum Quantity 3 Each CLIN 0002 � Battery Test System Training � Minimum Quantity 1 Each/Maximum Quantity 3 Each CLIN 0003 � Battery Installation � Minimum Quantity 1 Each/Maximum Quantity 3 Each CLIN 0004 � Calibration � Minimum Quantity 1 Each/Maximum Quantity 3 Each CLIN 0005 � Data � Not Separately Priced Item Unique Identifier (IUID) is required. Required delivery is 270 Calendar Days after receipt of funded delivery order and FOB: Destination. The anticipated award date is September 2020. The NSWC Crane intends to issue a competitive commercial solicitation in accordance with FAR 12 and FAR 15.101-2 Lowest Price Technically Acceptable source selection process on 30 June 2020 and allow 30 Calendar days for response time. Special Notice: The draft SOW, PS, and Market Research Questionnaire are attached for interested parties review and opportunity to provide questions. The Government will use the information received to identify interested sources capable of satisfying the Government requirement and verify commercial items can meet the Government requirements. Solicitation and attachments will be made available and obtained by interested parties through Contract Opportunities https://beta.sam.gov/. All changes that occur prior to the closing date will be posted to Contract Opportunities on https://beta.sam.gov/. For changes made after the closing date, only those offerors that provide a proposal will be provided any changes/amendments and considered for future discussions and/or award.� Contractors must be properly registered in the System for Award Management (SAM) and the Joint Certification Program (JCP) in order to receive the controlled attachments. Offerors may obtain information on SAM registration and annual confirmation requirements by calling 1-866-606-8220 or via the internet at https://www.sam.gov. Information about the JCP is located at https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx . The controlled attachments will be posted at the same time the solicitation is posted. The primary point of contact at NSWC Crane is Lindsey Sparks, Code 0233, at telephone 812-854-5351, or email: lindsey.sparks@navy.mil. The mailing address is: Lindsey Sparks Code 0233, Bldg. 121 Room 234, NAVSURFWARCENDIV Crane, 300 Highway 361, Crane, IN 47522-5001. Please reference the above solicitation number when responding to this notice.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/38b356d661a844ccaaf6b1395d581571/view)
- Record
- SN05697326-F 20200621/200622142806 (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 |