Maryland Bids > Bid Detail

NOTICE OF INTENT TO SOLE SOURCE: Saft America, Inc. for 24 6T Super Lithium-Ion Batteries and One (1) 6T Standard Communication Box

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 61 - Electric Wire, and Power and Distribution Equipment
Opps ID: NBD00159730519454829
Posted Date: Oct 26, 2022
Due Date: Oct 31, 2022
Solicitation No: W911QX-23-Q-0009
Source: https://sam.gov/opp/810b84c251...
Follow
NOTICE OF INTENT TO SOLE SOURCE: Saft America, Inc. for 24 6T Super Lithium-Ion Batteries and One (1) 6T Standard Communication Box
Active
Contract Opportunity
Notice ID
W911QX-23-Q-0009
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
ACC-CTRS
Sub Command 3
ACC-APG
Office
W6QK ACC-APG ADELPHI
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
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Oct 26, 2022 05:33 pm EDT
  • Original Date Offers Due: Oct 31, 2022 11:59 am EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Nov 15, 2022
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6135 - BATTERIES, NONRECHARGEABLE
  • NAICS Code:
    • 335911 - Storage Battery Manufacturing
  • Place of Performance:
    Aberdeen Proving Ground , MD 21005
    USA
Description

NOTICE: THIS PROCUREMENT WILL BE CONDUCTED USING A TIERED EVALUATION OF OFFERS. THE FOLLOWING PROCEDURES WILL BE UTILIZED:





INTENT TO SOLICIT ONLY ONE SOURCE





The proposed contract action is for supplies or services for which the Government is soliciting and negotiating with only one source under the authority of FAR 13.106-1(b)(1)(i). The name of the company the Government intends to award a contract to is Saft America, Inc. at 107 Beaver Court, Cockeysville, MD 21030. This notice of intent is not a request for competitive proposals. However, the Government will consider all proposals received prior to the closing date and time of this solicitation.





This acquisition is issued as a Request for Quote (RFQ).





The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-08.





For purposes of this acquisition, the associated NAICS code is 335911. The small business size standard is 1250 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):





CLIN0001:



One (1) Xcelion 6T Standard Communication Box



15 Xcelion 6T lithium ion batteries – 26 volt (V)/80 Ampere hours (Ah)





CLIN0002:



Nine (9) Xcelion 6T lithium ion batteries – 26V/80Ah, Modified to be silicone (Si) potted





Specifications/Requirement: N/A





Delivery: Delivery for CLIN0001 is required eight (8) weeks after award. Delivery for CLIN0002 is required four (4) weeks after award. Delivery shall be made to Aberdeen Proving Ground (APG), MD 21005. Acceptance shall be performed at Aberdeen Proving Ground (APG), MD 21005. The FOB point is Destination.





Clauses:





I. The provision at 52.212-1, Instructions to Offerors – Commercial, applies to this acquisition. The following addenda have been attached to this provision:





In addition to the requirements set for the 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. Evaluation Criteria - The specific evaluation criteria to be used are as follows:



N/A





III. Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer. None.





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 (OCT 2018)



52.209-6, PROTECTING THE GOVERNMENT’ INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (NOV 2021)



52.219-28, POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (SEP 2021)



52.222-3, CONVICT LABOR (JUN 2003)



52.222-19, CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (JAN 2022) (DEVIATION 2020-O0019)



52.222-21, PROHIBITION OF SEGREGATED FACILITIES (APR 2015)



52.222-26, EQUAL OPPORTUNITY (SEP 2016)



52.222-36, AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUL 2014)



52.222-50, COMBATING TRAFFICKING IN PERSONS (NOV 2021)



52.223-18, ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011)



52.225-13, RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008)



52.232-33, PAYMENT BY ELECTRONIC FUNDS TRANSFER—CENTRAL CONTRACTOR REGISTRATION (OCT 2018)



52.232-36, PAYMENT BY THIRD PARTY (MAY 2014)





DFARS:



252.203-7000, REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011)



252.203-7002 REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (SEP 2013)



252.203-7005, REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011)



252.204-7000, DISCLOSURE OF INFORMATION (OCT 2016)



252.204-7003 CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT (APR 1992)



252.204-7008, COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (OCT 2016)



252.204-7015, DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (MAY 2016)



252.204-7016, COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES—REPRESENTATION (DEC 2019)



252.204-7017, PROHIBITION ON THE ACQUISITON OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES—REPRESENTATION (DEC 2019)



252.204-7018, PROHIBITION ON THE ACQUISITION OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES (JAN 2021)



252.204-7019, NOTICE OF NIST SP 800-171 DOD ASSESSMENT REQUIREMENTS (NOV 2020)



252.204-7020, NIST SP 800-171 DOD ASSESSMENT REQUIREMENTS (NOV 2020)



252.211-7003, ITEM IDENTIFICATION AND VALUATION (MAR 2016)



252.232-7003, ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012)



252.232-7006, WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)



252.223-7008, PROHIBITION OF HEXAVALENT CHROMIUM (JUN 2013)



252.225-7000, BUY AMERICAN STATUTE—BALANCE OF PAYMENTS PROGRAM CERTIFICATE (NOV 2014)



252.225-7001, BUY AMERICAN ACT AND BALANCE OF PAYMENTS PROGRAM (DEC 2017)



252.232-7010, LEVIES ON CONTRACT PAYMENTS (DEC 2006)



252.232-7017 ACCELERATING PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS—PROHIBITION ON FEES AND CONSIDERATION (APR 2020)



252.243-7001 PRICING OF CONTRACT MODIFICATIOS (DEC 1991)



252.244-7000, SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013)



252.247-7023, TRANSPORTATION OF SUPPLIES BY SEA (FEB 2019)






  1. The following additional contract requirement(s) or terms and conditions apply:





FAR:



52.204-7, SYSTEM FOR AWARD MANAGEMENT (OCT 2018)



52.204-13, SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (OCT 2018)



52.204-16, COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (AUG 2020)



52.204-18, COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (AUG 2020)



52.204-19 INCORPORATON BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONS (DEC 2014)



52.204-20 PREDECESSOR OF OFFEROR (AUG 2020)



52.204-24, REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (NOV 2021)



52.212-1, INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS (NOV 2021)



52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS (NOV 2021)



52.212-3 ALT I, OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS (JAN 2021) ALT I (OCT 2014)



52.212-4, CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (NOV 2021)



52.232-39 UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS (JUN 2013)



52.232-40, PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (NOV 2021)



52.247-34 F.O.B. DESTINATION (NOV 1991)





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):



In accordance with FAR 32.003, contract financing cannot be provided for this acquisition.





VII. This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A.





VIII. The following notes apply to this announcement: None.







Place of Performance: Aberdeen Proving Ground (APG), MD 21005





Set Aside:




Attachments/Links
Contact Information
Contracting Office Address
  • KO BLDG 102 AMSSB ACC 2800 POWDER MILL RD
  • ADELPHI , MD 20783-1197
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Oct 26, 2022 05:33 pm EDTCombined Synopsis/Solicitation (Original)

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 >