SOURCES SOUGHT
61 -- DC Power Plant Battery Replacement
- Notice Date
- 8/2/2021 4:25:06 PM
- Notice Type
- Sources Sought
- NAICS
- 335912
— Primary Battery Manufacturing
- Contracting Office
- W6QM MICC-FT LEONARD WOOD FORT LEONARD WOOD MO 65473-0140 USA
- ZIP Code
- 65473-0140
- Solicitation Number
- PANMCC-21-P-0000-023951
- Response Due
- 8/18/2021 10:00:00 AM
- Archive Date
- 09/02/2021
- Point of Contact
- Thomas F. Cavalier, Melaine Godina
- E-Mail Address
-
thomas.f.cavalier.civ@mail.mil, melaine.e.godina.civ@mail.mil
(thomas.f.cavalier.civ@mail.mil, melaine.e.godina.civ@mail.mil)
- Description
- THIS IS A Sources Sought Notice ONLY.� The U.S. Government currently intends to award a contract for is replacing the batteries in the DC power distribution system. This system consists of ninety six (96) VLRA AT-35P batteries. These batteries serve as back-up, and line conditioners for the NEC�s Telecommunication�s System. This is a brand name or equivalent requirement. The minimum essential characteristics are: 2 volt � 2038 amp/hrs � 23.1�D x 8.9� H x 13.4� W for use in Commercial DC power systems. Providing 52volts to DC invertor/rectifier system. WORK REQUIREMENTS 1. The Contractor will replace ninety-six (96) C&D Technologies, Inc., M-S endur II VLRA Model AT-35P with brand name or equivalent batteries. 2. The Contractor will remove and dispose of the ninety-six (96) existing C&D Technologies, Inc., M-S endur II VLRA Model AT-35P batteries by a certified reclamation company with a cradle-to-grave certificate showing proper disposal. 3. All work shall comply with the current version of UNIFIED FACILITIES CRITERIA (UFC) 3-520-05, UFC 3-560-01, Electrical Safety, O&M, NFPA 70, National Electrical Code (NEC), and NFPA 70E, Standard for Electrical Safety in the Workplace, Article 320, for battery-related electrical safety requirements; EM 385-1-1, Safety and Health Requirements and OSHA 1926.441 also apply. Title 29 Code of Federal Regulations (CFR) Parts 1910 and 1926 Occupational Safety and Health Standards, Title 40 Code of Federal Regulations Protection of Environment and other applicable regulations for additional information. 4. The Contractor will verify that all power connections are properly torqued and meet applicable national and local codes. 5. See, attached is the Performance Work Statement (PWS). � This notice does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future.� This notice does not commit the U.S. Government to contract for any supply or service.�Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice.�The U.S. Government will not pay for any information or administrative costs incurred in response to this notice.�Submittals will not be returned to the responder. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government.� However, if a competitive solicitation is released, it will be synopsized on the Governmentwide Point of Entry.�It is the responsibility of potential offerors to monitor the Government wide Point of Entry for additional information pertaining to this requirement.�The NAICS code is�335912, Batteries, primary, dry or wet, manufacturing. In response to this sources sought, please provide: 1.� Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition and identify alternatives or�solutions. In addition, contact the MICC Advocate for Competition Thomas F. Cavalier, at thomas.f.cavalier.civ@mail, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the Sources Sought Notice.�Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 2.� Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, identify business size (large business or a small business), and if applicable, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 3.� Identify whether your firm is interested in competing for this requirement as a prime contractor or not.� Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 4.� Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination.� 5.� Information to help determine if the requirement (item or service) is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 6.� Identify how the Army can best structure these contract requirements to facilitate competition, including competition among small business concerns. 7.� Recommendations to improve the Army's approach/specifications/draft PWS etc. to acquiring the identified items/services.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/a114846a9bc84dd0a9a174e6bb8537da/view)
- Place of Performance
- Address: Fort Leonard Wood, MO 65473, USA
- Zip Code: 65473
- Country: USA
- Zip Code: 65473
- Record
- SN06082065-F 20210804/210802230124 (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 |