Five (5) individual high voltage battery modules
6. Description: AMENDMENT: The purpose of this amendment is to post responses to questions submitted, see Q&A document, extend the response time, and add a question submission deadline. Disclaimer: Th... 6. Description: AMENDMENT: The purpose of this amendment is to post responses to questions submitted, see Q&A document, extend the response time, and add a question submission deadline. Disclaimer: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. THIS UNRESTRICTED FOR FULL AND OPEN COMPETITION. The solicitation number is W911QX-19-Q-0072. This acquisition is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01 issued on 1/22/19. For purposes of this acquisition, the associated NAICS code is 335912.The small business size standard is 1,000 employees. Contract Line Item (CLIN) Structure: The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN 0001 - LAMA Battery Pack (RSCA) Description of requirements: The Government requires five (5) individual high voltage battery modules that meet the following characteristics: 1. These customized batteries shall be required to operate at 140-185V and shall support high steady state current of 30A and peak currents of 60A @ 50% Duty Cycle. 2. High power 18650 Li-ion cells are commercially available (e.g., LG Chem HG2) that can be used to assemble these batteries. 3. In the design of the battery, the Government requires adequate battery design guidelines are implemented to ensure safe and reliable operation with the batteries, battery design guidelines will be provided by Government as Government Information (GFI). [Please Note: Information pertaining to GFI will be provided after award] 4. These include: i) a proper thermal design to take away the heat generated by the battery during the high rate discharge, ii) a proper Battery Management System (BMS) that provides the state of health and provide autonomous controls for battery operation within the manufacturer specified (safe) regimes, iii) Suitable chargers to charge the batteries safely, iv) Design the batteries that fit into the mechanical envelop (Interface control document) which will be provided by Government as Government Information (GFI) and within mass and volume allocations, and v) Use of robust battery assembly procedures. Delivery: Delivery is required within 45 days after award. Delivery shall be made to the U.S. Army Research Laboratory, Shipping & Receiving, 6375 Johnson Road, Bldg 321, Aberdeen Proving Ground, MD 21005. Acceptance shall be performed at the U.S. ARL in Aberdeen, MD 21005. The FOB point is destination (U.S. ARL in Aberdeen, MD 21005). Clauses: I. The provision at 52.212-1, Instructions to Offerors - Commercial Items (DEVIATION 2018-O0018), applies to this acquisition. The following addenda have been attached to this provision: In addition to the requirements set forth in FAR 52.212-1, all offers responding to this solicitation must provide their business size in relation to the NAICS code contained in this solicitation and shall identify any socioeconomic categories to which they belong. II. The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: Comparative Evaluation In accordance with FAR 13.106-2(b)(3), comparative evaluation procedures will be utilized. Comparative evaluation is the comparison of all offers received in response to this solicitation against each other. An item-by-item comparison of each offer to one another will be performed to determine which offer provides the most benefit to the Government. Award will be made to the offer that is most advantageous to the Government. The Government may award to the lowest priced offeror that meets the Government's minimum requirements; however, the Government reserves the right to award to a higher priced offeror exceeding the minimum requirements if it is most advantageous to the Government. In order to be considered for award, an offer must meet the Government's minimum technical requirement contained in this solicitation. The below evaluation factors will be utilized during evaluation (in no order of relative importance): Price Technical Capabilities/Specification Past Performance [please provide one (1) record of past performance from the past three (3) years] III. Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer. IV. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause - NONE. V. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: FAR: 52.204-10, REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS 52.209-6, PROTECTING THE GOVERNMENT' INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT 52.219-4, NOTICE OF PRICE EVALUATION PREFERENCE FOR HUBZONE SMALL BUSINESS CONCERNS (DEVIATION 2019-O0003) 52.219-28, POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION 52.222-3, CONVICT LABOR 52.222-19, CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES 52.222-21, PROHIBITION OF SEGREGATED FACILITIES 52.222-26, EQUAL OPPORTUNITY 52.222-36, AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES 52.222-50, COMBATING TRAFFICKING IN PERSONS 52.223-18, ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING 52.225-13, RESTRICTIONS ON CERTAIN FOREIGN PURCHASES 52.232-33, PAYMENT BY ELECTRONIC FUNDS TRANSFER-CENTRAL CONTRACTOR REGISTRATION 52.232-36 PAYMENT BY THIRD PARTY DFARS: 252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS 252.204-7008, COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS 252.204-7012 SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING 252.204-7015, DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS 252.211-7003, ITEM IDENTIFICATION AND VALUATION 252.213-7000, NOTICE TO PROSPECTIVE SUPPLIERS ON USE OF PAST PERFORMANCE INFORMATION RETRIEVAL SYSTEM-STATISTICAL REPORTING IN PAST PERFORMANCE EVALUATIONS 252.223-7008 PROHIBITION OF HEXAVALENT CHROMIUM 252.225-7035 ALT IV, BUY AMERICAN--FREE TRADE AGREEMENTS--BALANCE OF PAYMENTS PROGRAM CERTIFICATE. 252.225-7036 ALT IV, BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS 252.232-7010, LEVIES ON CONTRACT PAYMENTS 252.244-7000, SUBCONTRACTS FOR COMMERCIAL ITEMS 252.247-7023, TRANSPORTATION OF SUPPLIES BY SEA VI. The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document): 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE 52.204-21 BASIC SAFEGUARDING OF COVERED CONTRACTOR INFORMATION SYSTEMS 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE 52.252-2 CLAUSES INCORPORATED BY REFERENCE 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS 252.204-7000 DISCLOSURE OF INFORMATION LOCAL INSTRUCTIONS: ACC - APG POINT OF CONTACT TECHNICAL POINT OF CONTACT TYPE OF CONTRACT GOV INSPECTION AND ACCEPTANCE TAX EXEMPTION CERT. (ARL) RECEIVING ROOM - ALC DFARS COMMERCIAL CLAUSES EXCEPTIONS IN PROPOSAL AWARD OF CONTRACT ADELPHI CONTR. DIVISION URL FOREIGN NATIONALS PERFORMING PAYMENT TERMS TECHNICAL INFORMATION INFO. OTHER THAN COST/PRICE VII. This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as n/a VIII. The following note(s) apply to this announcement: Offers shall be in U.S. dollars and valid through the time of payment (30 days after invoicing). All questions regaurding this posting are due by 04/08/2019, by 11:00AM Eastern Daylight Time (EDT). Submissions should be emailed to Eddie Kemp at eddie.l.kemp.civ@mail.mil, cc Daniel Han at daniel.s.han.ctr@mail.mil. Offers are due on 04/10/2019, by 1:00PM Eastern Daylight Time (EDT). Submissions should be emailed to Eddie Kemp at eddie.l.kemp.civ@mail.mil, cc Daniel Han at daniel.s.han.ctr@mail.mil. For information regarding this solicitation, please contact Eddie Kemp at eddie.l.kemp.civ@mail.mil (575) 678-5450, and Daniel Han at daniel.s.han.ctr@mail.mil (301) 394-2630. Please be advised that .zip and .exe files cannot be accepted. Place of Performance: tbd
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »