Custom Battery Packs for Aural Passive Acoustic Recorders
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
- Updated Published Date: Aug 29, 2024 02:37 pm EDT
- Original Published Date: Aug 29, 2024 02:16 pm EDT
- Updated Date Offers Due: Sep 06, 2024 04:00 pm EDT
- Original Date Offers Due: Sep 06, 2024 04:00 pm EDT
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: Sep 21, 2024
- Original Inactive Date: Sep 21, 2024
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 6135 - BATTERIES, NONRECHARGEABLE
- NAICS Code:
- 335910 - Battery Manufacturing
- Place of Performance: Seattle , WA 98115USA
Description
Combined Synopsis/Solicitation
The National Oceanic and Atmospheric Administration (NOAA), National Marine Fisheries
Service/Alaska Fisheries Science Center requires custom battery packs for AURAL
passive acoustic recorders deployed in Alaskan waters.
This is a combined synopsis/solicitation for commercial services prepared in accordance
with the format in 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.
(ii) Solicitation number 1333MF24Q0147 is issued as a firm fixed price, commercial,
request for quotation (RFQ).
(iii) The solicitation document and incorporated provisions and clauses are those in effect
through Federal Acquisition Circular 2024‐05.
(iv) The NAICS code for this acquisition is 335910 – Battery manufacturing – the small
business size standard is 1,250 Employees or less. This solicitation is restricted to
Small Businesses under FAR Part 19 only. Any business submitting a quote for this
requirement must be certified and active in SAM.gov as a small business concern with
the necessary registrations. Submissions from businesses not certified as small
businesses will not be considered. Vendors must be registered and active in SAM.gov
at the time of quote submission.
(v) Line items are as follows:
CLIN 1: To acquire custom deep‐cycle battery packs constructed in accordance with the
specifications listed in the Statement of Need
(vi) Description of requirements for the items to be acquired: The vendor is to provide the
items in CLIN 1 per the attached statement of need.
(vii) Date(s) and place(s) of delivery and acceptance and FOB point.
Date of delivery is 01/15/2025 to:
NOAA National Marine Fisheries Service
AFSC – Marine Mammal Laboratory
7600 Sand Point Way
Seattle, WA 98115
(viii) The provision at 52.212‐1, Instructions to Offerors—Commercial (Sep 2023), applies
to this acquisition without addenda.
(ix) The provision at 52.212‐2, Evaluation—Commercial Items, applies to this acquisition.
The specific evaluation criteria per in paragraph (a) of that provision is below:
(a) The Government will award a contract resulting from this solicitation to the
responsible 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:
Demonstrated Understanding of the Statement of Need (Technical)
Price
Past Performance
Technical proficiency and past performance, when combined, are of equal importance
to price. This will be awarded based on best value to the government.
(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)
(x‐xiii) See listed Terms and Conditions for Solicitation
(xvi) Defense Priorities and Allocations Systems (DPAS) and assigned ratings are not applicable.
(xvii) Offers shall be submitted electronically via email to jason.jenks@noaa.gov no later than
1600 hrs EDT, Sep 06, 2024.
(xviii) Contact Jason Jenks at jason.jenks@noaa.gov for information regarding this solicitation.
Schematic is forthcoming - please check back.
Attachments/Links
Contact Information
Contracting Office Address
- NMFS FIELD DELEGATES 601 EAST 12TH STREET SUITE 1746
- KANSAS CITY , MO 64106
- USA
Primary Point of Contact
- Jason Jenks
- jason.jenks@noaa.gov
Secondary Point of Contact
History
- Sep 21, 2024 11:55 pm EDTCombined Synopsis/Solicitation (Updated)
- Aug 29, 2024 02:37 pm EDTCombined Synopsis/Solicitation (Updated)
- Aug 29, 2024 02:16 pm EDTCombined Synopsis/Solicitation (Original)