Oregon Bids > Bid Detail

Big Cliff Battery Bank Replacement

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 61 - Electric Wire, and Power and Distribution Equipment
Opps ID: NBD00159819813920230
Posted Date: Sep 14, 2023
Due Date: Sep 18, 2023
Solicitation No: W9127N23Q0121
Source: https://sam.gov/opp/58820c5a03...
Follow
Big Cliff Battery Bank Replacement
Active
Contract Opportunity
Notice ID
W9127N23Q0121
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
NWD
Office
US ARMY ENGINEER DISTRICT PORTLAND
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Updated Published Date: Sep 14, 2023 09:59 am PDT
  • Original Published Date: Sep 08, 2023 03:14 pm PDT
  • Updated Date Offers Due: Sep 18, 2023 02:00 pm PDT
  • Original Date Offers Due: Sep 15, 2023 10:00 am PDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Oct 03, 2023
  • Original Inactive Date: Sep 30, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 6140 - BATTERIES, RECHARGEABLE
  • NAICS Code:
    • 335910 - Battery Manufacturing
  • Place of Performance:
    Mill City , OR 97360
    USA
Description View Changes

Amendment 0001 – Question and Answers, added Attachment 3 – Question Answers and Attachment 4 – Existing Battery Setup, the due date has been extended to 18 September 2023 @ 2 PM Pacific Time.



COMBINED SYNOPSIS/SOLICITATION W9127N23Q0121 Amendment 0001



Big Cliff Battery Bank Replacement



U.S. ARMY CORPS OF ENGINEERS, PORTLAND DISTRICT (CENWP)



8 September 2023



This is a combined synopsis/solicitation for commercial supplies prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with FAR Part 13, Simplified Acquisition Procedures, and additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.



Solicitation W9127N23Q0121 is a Request For Quotes under FAR Part 13 for the establishment of a firm fixed price contract to purchase and deliver a stationary 58 2V-cell GroE Vented Lead-Acid (VLA) battery with required seismic rack and spill containment system In Accordance With (IAW) applicable International and US standards, to Detroit Dam in Oregon, USA in support of US Army Corps of Engineers (CE), Portland District (NWP) Operations Division (OD), Willamette Valley, and Rogue River Project (CENWP-ODVR).



The solicitation document’s incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-05.



This solicitation is advertised as a 100% Total Small Business Set-Aside under NAICS Code 335910, Battery Manufacturing with a Small Business Size Standard of 1250 employees. All prospective offerors must be registered in the System for Award Management (SAM) at www.sam.gov to be eligible for award. Lack of active SAM registration will make an offeror ineligible for award.



The Government requests pricing, design drawings, and O&M literature for the following items:



DESCRIPTION: The stationary GroE VLA Battery, with certified seismic rack and spill control system, is required as part of Big Cliff Dam’s 125VDC system. The battery, with seismic rack and spill containment system, shall consist of 58 2V cells and conform to the standards of Unified Facilities Criteria (UFC) 3-520-05 (Dated 2020), American National Standards Institute (ANSI) 9540:2023, Institute of Electrical and Electronics Engineers (IEEE) 450-2020, IEEE 484-2019, IEEE 1375, International Electrotechnical Commission (IEC) 60896-11, National Fire Protection Association (NFPA) 1, NFPA 853, German institute for Standardization (DIN) 40738 and their respective references. The battery must have a nominal capacity of at least 338AhC10. Battery design life must be at least 25 years. The battery bank design and protection shall meet or exceed the requirements within the above references, with UFC 3-520-05 superseding all in any case of conflict. The battery bank shall be supplied with all necessary inter-cell connectors and terminal lugs, bolts, and plates necessary for the complete assembly. Markings shall be provided according to ANSI 9540:2023. The battery cell container shall be transparent, styrene acrylonitrile (SAN) plastic, with flame retardant jar covers.



The below supplies shall come with all standard commercial warranties, instructions, manuals, guides, literature, product sheets, procedure guides, etc.



CLIN 0001, Quantity: 1 Each, Stationary 58-cell 2V GroE VLA Battery with a nominal capacity of at least 338AhC10



CLIN 0002, Quantity: 1 Each, Certified Seismic Battery Rack



CLIN 0003, Quantity: 1 Each, Spill Containment System



FOB Destination Shipping Costs to be Included in the Unit Prices of the Above CLINs.



Delivery Support: No install required; government forklift will support offload of palletized equipment.



Delivery Schedule: Delivery of above products is to be 60 days from date of award. (If additional time is needed the contractor shall provide justification for additional time within their quote)



Supplies will be inspected/accepted: All supplies will be inspected/accepted at Destination by Government.



Delivery Information:



Ship to:



US Army Corps of Engineers (USACE) Attn: Ceyel Clark



Detroit Dam



40990 Hwy 22, Mill City, OR 97360



52.212-1 INSTRUCTIONS TO OFFERORS–COMMERCIAL ITEMS (MAR 2023) – ADDENDUM



Proposals shall include the following:




  1. Name / Date:

  2. Address / Telephone No.:

  3. Cage Code (or UEI, both from SAM):

  4. Quote – Provide pricing, design drawings, and O&M literature in accordance with the foregoing CLINs. Provide a technical description of the supplies being offered in sufficient detail to evaluate compliance with the requirements in the solicitation, to include product literature, or other documents, if necessary. Quotes shall include all Standard Commercial Warranties, Completed Representations & Certifications, and detailed equipment specification sheets.



Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items. For offerors with a current registration in the System for Award Management (SAM), complete paragraph (b) of the provision and submit with the response to the RFQ.



Submissions: Quotes are due no later than 18 September 2023, at 2:00 PM PST. Offerors are responsible for verifying receipt of their quotes to this office before the offer due date and time. Facsimile (Fax) responses are not accepted. If you have any questions or concerns, you may contact Nathean Stoner by email at Nathean.w.stoner@usace.army.mil.



Quotes must be emailed to: Nathean.w.stoner@usace.army.mil & Carl.R.Schmurr@usace.army.mil.



Upon award and satisfactory completion of delivery and installation, payment will be made through:



USACE, Finance Center



cefc-g2invoices@usace.army.mil Attn: CEFC-AO-P



5722 Integrity Drive



Millington, TN 38054-5005



With an electronic copy submitted to the POCs in the attached Purchase Description (PD). (End of provision)



52.212-2 EVALUATION – COMMERICAL ITEMS (NOV 2021)



(a)The Government will award a contract resulting from this solicitation to the lowest priced, technically acceptable offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:



Technical Acceptance



Price



Technical Acceptance



The Government will evaluate the extent to which the quote demonstrates technical capability relative to the requirements in the PD.



Price



Submit a price quote along with any required representations and certifications. Provide pricing for the CLINs identified in the price schedule.



(b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.



(End of Provision)



Attachments




  1. Clauses and Provisions

  2. Purchase Description

  3. Question Answers

  4. Existing Battery Setup


Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 333 SW FIRST AVE
  • PORTLAND , OR 97204-3495
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >