Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 22, 2024 SAM #8304
MODIFICATION

61 -- BACKUP 1 - WHOLE HOME BACKUP

Notice Date
8/20/2024 7:17:51 AM
 
Notice Type
Solicitation
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
DLA MARITIME - NORFOLK PORTSMOUTH VA 23709-5000 USA
 
ZIP Code
23709-5000
 
Solicitation Number
SPMYM124Q0173
 
Response Due
8/26/2024 10:30:00 AM
 
Archive Date
09/10/2024
 
Point of Contact
LaTasha Pearson, Phone: 7572785001
 
E-Mail Address
latasha.pearson@dla.mil
(latasha.pearson@dla.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The Defense Logistics Agency (DLA) Maritime Norfolk at Norfolk Naval Shipyard (NNSY) intends to award a Firm Fixed Price (FFP) Single Award Contract for the item listed below. The required item is for commercial items prepared in accordance with the information in FAR Part 13 and FAR Subpart 12.6, as supplemented with the additional information included in this notice. ***NO GREY MARKET ITEMS AS ALL ITEMS/MATERIAL MUST BE NEW*** The Contract Line Items (CLINs) is as follows: CLIN 0001 INVERTER BOX SYSTEMS; ECOFLOW DELTA PRO ULTRA WHOLE-HOME BACKUP SYSTEM (INVERTER+ 5 X BATTERIES) The vendor must include specifications sheets for each product quoted. The requirement will be solicited as a total small business set aside. The NAICS code applicable to this procurement is 335999, All Other Miscellaneous Electrical Equipment and Component Manufacturing with a size standard of 600 employees. The Product Service Code is 6130. The anticipated delivery date for this acquisition is 30 Days ARO for CLIN 0001. The solicitation, any documents related to this procurement, and all amendments issued will be in electronic form only. The solicitation number is SPMYM124Q0173 and it is expected to be available on or about 20 August 2024 and posted to SAM.gov, https://sam.gov/ Quotes will be due by 1:30 PM EST on 26 August 2024. Responses to the solicitation notice shall be emailed to the attention of LaTasha Pearson at latasha.pearson@dla.mil. Please make sure that the solicitation number (SPMYM124Q0173) is included in the subject line of any email correspondence. Emails without subject lines will not be read because of security issues. Potential offerors are hereby notified that the solicitation and any subsequent amendments will only be available by downloading the documents at www.SAM.gov (Contracting Opportunities). The Government is not responsible for inability of the Offeror's to access solicitation documents posted. Prospective Offeror's should also register at on the interested vendor list under SPMYM124Q0173. No telephone or FAX requests will be accepted, and no hardcopy solicitation/amendment will be mailed or faxed. All responsible sources may submit a proposal which may be considered by the Government. By submitting a quote, the offeror will be self-certifying that neither the principal corporate officials nor owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any federal agency. Failure to do so may represent grounds for refusing to accept the proposal. By submission of a proposal, the offeror acknowledges the requirement that a prospective awardee must be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract resulting from the solicitation, except for awards to foreign vendors for work to be performed outside the United States. Lack of registration in the SAM database will make an offeror ineligible for award. Offerors may obtain information on registration and annual confirmation requirements by calling 1-866-606-8220, or via the Internet at https://www.sam.gov. All questions shall be submitted in accordance with the solicitation, dates and procedures. Please direct all questions regarding this requirement to LaTasha Pearson at latasha.pearson@dla.mil. PART DESCRIPTION - N421584129B727 NOUN NAME: BACKUP 1 DESCRIPTION: ECO FLOW DEL TA PRO ULTRA WHOLE-HOME BACKUP SYSTEM (INVERTER+ 5 X BATTERIES) Salient Characteristics for EcoFlow Delta Pro Ultra Whole Home Backup System Equipment Description: Four (4) Inverter box systems, including necessary accessories for installation and operation. Design / Construction: ? Battery Capacity: 3600Wh (expandable to 25kWh with additional batteries) ? Output Power: 3600W (Surge 7200W) ? Input Methods: o AC Charging: Up to 1800W o Solar Charging: Up to 1600W o Car Charging: 12V/24V (8A) o EV Charging: Up to 3000W ? Battery Type: LiFePO4 (Lithium Iron Phosphate) ? Cycle Life: ? 6500 cycles to 50% capacity ? Built-in Inverter: Pure sine wave inverter ? Power Outputs: o AC Outlets: 6 x 20A (120V) standard AC outlets, 1 x 30A (120V) Anderson port o DC Outlets: 2 x USB-C (100W), 2 x USB-A (Quick Charge 3.0), 2 x USB-A (18W), 2 x o DC5521 (12V/3A), 1 x Car Power Outlet (12V/10A) ? Integration and Control: o Smart Home Panel: Integrates with home circuits for seamless power transition o Mobile App Control: Monitor and control via EcoFlow app (iOS and Android) o Wi-Fi and Bluetooth Connectivity: For remote monitoring and updates o Display Screen: Real-time data display (battery level, input/output power, and more) ? Safety Features: o BMS (Battery Management System): Overvoltage, overcurrent, short circuit, and temperature protection o Fan Cooling System: Intelligent temperature control ? Environmental Considerations: o Operating Temperature Range: -4�F to 113�F (-20�C to 45�C) o Storage Temperature Range: -4�F to 113�F (-20�C to 45�C) o Noise Level: <45dB at 1 meter ? Physical Characteristics: o Dimensions: hybrid inverter (27.3� x 18.7� x 8.42�) battery: (26� x 18� x 8�) o Weight: hybrid inverter (70lbs each) battery (116.4lbs each) o Battery Capacity: 6144 Wh, 102.4 V ? Quality Assurance: SPMYM124Q0173 Page 5 of 61 o Inspection and acceptance of the system to be performed at the destination by C100TO.3 technology and innovation insertion division, ensuring the unit meets all specified requirements and is free from defects. ? Warranty: Minimum 5-year warranty covering parts and labor ? Training: N/A ? Operator / Maintenance / Repair Manuals: ? Instruction, operation, parts list, and electrical drawing manuals to be provided in hard copy. ? SUGGESTED MANUFACTURER: EcoFlow
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/651efd723a2b4a779d72a3f3aa06214f/view)
 
Place of Performance
Address: Portsmouth, VA 23709, USA
Zip Code: 23709
Country: USA
 
Record
SN07177267-F 20240822/240820230115 (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.