35 -- Battery and Battery Charges

Solicitation Number: Reference-Number-MPHA369
Agency: Defense Information Systems Agency
Office: Procurement Directorate
Location: DITCO-NCR
  • Print
:
Reference-Number-MPHA369
:
Combined Synopsis/Solicitation
:
Added: March 17, 2008
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The purpose of this synopsis/solicitation is to inform the vendor community of Defense Information Systems Agency?s proposed contract actions. This is acquisition is unrestricted for business participation purposes. This proposed contract action in pursuant to the authority FAR 6.302-1, 10 U.S.C 2304(c)(1). Only one responsible source and no other supplies or services will satisfy agency requirements. Any deviation from the specified brand name will result in compatibility challenges and operations and maintenance logistics support issues. The solicitation/reference number is MPHA369 and is issued as a request for proposal (RFP). The associated North American Industrial Classification Systems (NAICS) code for this procurement is 335911. The small business size standard is 500 employees. Offeror must be registered on the Contractor Central Registration (CCR). This acquisition is firm-fixed-price for GNB/Exide batteries and chargers. The GNB/Exide brand is the standard at the Pacific Missile Range Facility(PMRF) and these batteries and battery charges are already in standard use at PMRF. The unique characteristics of this battery is that the PMRF Missile range already use these batteries as back-up power and they require the same battery to interchange with the current batteries already in place. For instance if at one site the battery dies they can pull out another battery from another site and interchange them without damaging the equipment. Without these specific types of battery and battery charges a loss of power will be detrimental to the telemetry data stream during a mission operation or a missile launch. Any deviation from the specified brand name will result in compatibility challenges and operations and maintenance logistics support issues. This in return will be detrimental to the National Security of the United States. A power outage without redundant battery back-up power will cost PMRF a significant amount of funds to disengage the missile and reschedule the mission operation. Without this equipment, this could result in the compromise or loss of National Security and cause grave damage to the United States. This is an all-or-none requirement. Partial proposals will be deemed unresponsive and will not be evaluated. This acquisition is firm-fixed-price and solicited on a limited Brand Name, original equipment manufacturer (OEM) or authorized/qualified reseller basis in accordance with FAR 6.302-1. Configuration and compatibility issues justify the use of brand name. Please provide new and not refurnished equipment. Shipping must be included in cost. BASIS OF AWARD: The Government will award a purchase order to the contractor with the lowest price. Lowest Price Technically Acceptable. Please provide your most fair and reasonable open-market pricing. Volume discounts are encouraged and greatly appreciated. Please, provide a complete proposal including: CAGE code, DUNS number, tax identification number (TIN), business size, Central Contractor Registration status. Please include shipping cost within the price. DISA is requesting Open-Market Pricing only. Submit your proposal based on the information only. Submit proposal on or before the date and time indicated below. All propoal submissions must be Microsoft Office 2000 compatible. Please submit quote in Microsoft Word or Excel format.









DISA requires the following supply/service, exact match only:



A) 48V, 50A AT10 battery chargers

2 each of the following:

AT10 battery charger (48 volt, 50 amp, with 30 mV filtering, battery eliminator, lightning arrestor, grounding pad with

lug, fungus proofing, and 19" rack mount bracket), Including freight to Pacific Missile Range Facility( PMRF),Hawaii



B) 48V Absolyte System ? 100A17

1 Lot Each of the following:

GNB Batteries, 100A17 Absolyte IIP cells, 800 AHR, 48 Volt System

(Consists of 8 modules of 3 cells each - 24 cells total)

Includes all hardware to stack modules in two each 4-high stacks side by side

Includes interconnect cells so that - terminal is at the top left, and + terminal at the bottom left of LH stack.

Includes terminal plates and cell covers.

Includes freight to PMRF,Hawaii



C) 48V, 25A AT10 battery chargers

2 each of the following:

AT10 battery charger (48 volt, 25 amp, with 30 mV filtering, battery eliminator, lightning arrestor, grounding pad with

lug, fungus proofing, and 19" rack mount bracket), Including freight to PMRF,Hawaii



D) 48V Absolyte System ? 90A09

1 Lot Each of the following:

GNB Batteries, 90A09 Absolyte IIP cells, 344 AHR, 48 Volt System

(Consists of 4 modules of 6 cells each - 24 cells total)

Includes all hardware to stack modules in a 4-high stack

Includes interconnect cells so that - terminal is at the top left, and + terminal at the bottom left of stack.

Includes terminal plates and cell covers.

Includes freight to PMRF,Hawaii





If the Equipment List is unclear, offeror shall electronically contact Larry Helton at larry.helton@disa.mil so the RFP posting can be amended. Any and all questions will be posted and answered on this website.



The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-16 and DFARS Change Notice 20070426. Provisions and clauses (incorporated by reference) applicable to this acquisition are as follows: FAR 52.212-1 Instructions to Offerors-Commercial Items, FAR 52.212-3 Offeror Representations and Certifications-Commercial Items, FAR 52.212-4 Contract Terms and Conditions-Commercial Items, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation), FAR 52.243-1,FAR 52.243-5, FAR52.246-1, FAR 52.223-3, FAR 52.253-1, FAR 52.204-9001, FAR 52.209-9000, FAR 52.222-19, FAR 52.222-21, FAR 52.222-26, FAR 52.222-36, FAR 52.225-13, FAR 52.239-9001, FAR 52.247-9202, FAR 52.222-3 Convict Labor, FAR 52.232-17 Interest, FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration, FAR 52.233-3 Protest After Award, FAR 52.247-34 F.O.B. Destination, FAR 52.252-2 Clauses Incorporated by Reference, FAR 52.252-6 Authorized Deviations in Clauses, DFARS 252.204-7004 Alternate A, and DFARS 252.232-7003 Electronic Submission of Payment Requests. DFARS 252.204-7003, DFARS 252.219-7011, DFARS 252.225.7035, DFARS 252.246-7000. The following clauses, applicable to this acquisition, are local DISA clauses and all interested offerors shall request a copy from the contract specialist: 52.204-9000 Points of Contact, 52.209-9000, 52.217-9100 and 52.232-9000 Wide Area Workflow-Receipt and Acceptance (WAWF-RA). Full text of these provisions and clauses, with the exception of the local clauses, may be obtained from the following internet websites: http://www.acq.osd.mil/dpap/dars/dfars/index.htm, http://farsite.hill.af.mil/, and http://www.arnet.gov/far/. Shipments are to be F.O.B. Destination. Items will be mailed to Defense Information Systems Agency-Pacific, Kekaha, HI zip code 96752 ATTN: Rich Irwin. Specific agency shipping requirements will be included at award and are available from the contract specialist upon request. Delivery shall occur within thirty (30) days after receipt of order (ARO). Specific agency shipping requirements will be included at award and are available from the contract specialist upon request. Responses shall be submitted electronically to larry.helton@disa.mil no later than 12:00 pm (Hawaiian Standard Time) 21 March 2008. Proposals must be valid for thirty (30) days after due date. Any amendment(s) issued to this RFP will be published on this website. Therefore, it is the offerors responsibility to visit this website frequently for updates on this procurement.

:
Defense Information Systems Agency, Procurement and Logistics, DITCO-NCR, P.O. 4502, Arlington, VA, 22204-4502, UNITED STATES
:
Pacific Missile Range FacilityKekaha,Hawaii
96752
:
Larry Helton, Contract Specialist, Phone 703-681-0240, Email larry.helton@disa.mil - Larry Helton, Contract Specialist, Phone 703-681-0240, Email larry.helton@disa.mil