VARIOUS RECHARGEABLE BATTERIES
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: Nov 21, 2023 02:54 pm EST
- Original Published Date: May 31, 2023 12:40 pm EDT
- Updated Date Offers Due: Nov 21, 2023 02:00 pm EST
- Original Date Offers Due: Jul 17, 2023 02:00 pm EDT
- Inactive Policy: Manual
- Updated Inactive Date: Dec 06, 2023
- Original Inactive Date: Aug 31, 2023
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 6140 - BATTERIES, RECHARGEABLE
- NAICS Code:
- 335910 - Battery Manufacturing
- Place of Performance:
Description
N0016423RJM45 – VARIOUS RECHARGEABLE BATTERIES – FSC/PSC 6140 – NAICS 335910
Issue Date: 31 May 2023 – Closing Date: 17 July 2023 – Time 2:00 PM Eastern
Naval Surface Warfare Center (NSWC) Crane has a requirement for various manufacturers’ and sizes of rechargeable commercial batteries on a brand name only basis from distributors. The batteries are as follows: Brand Name only for (Yuasa NP7-12FR), (Yuasa NP18-12BFR), (Enersys X-Cells 0800-0004), (Enersys BC-Cells 0820-0004), (Power Sonic PS6100F2), (Power Sonic PHR12100), and (Power Sonic PS1229). The contract will cover a five-year period and will be issued as a Firm-Fixed Price, Indefinite Delivery Indefinite Quantity contract.
The minimum contract award amount is $10,000 with a maximum contract award amount of $1,000,000. Various quantities may be ordered over the five-year life of the contract. Delivery terms are FOB Destination with Inspection and Acceptance at Destination. The anticipated award date is 20 November 2023.
This requirement will be negotiated on a brand name only or brand name or equivalent basis with any authorized distributors in accordance with Statutory Authority 10 U.S.C. 2304(c)(1), as implemented by FAR 6.302-1(a)(2), only one responsible source and no other type of supplies or services will satisfy agency requirements. This acquisition uses a brand-name description to specify a particular brand name product to one manufacturer, and unacceptable delays in fulfilling the agency requirement through any other source would impact the mission. This solicitation is being issued pursuant to the procedures of FAR Subpart 13.5.
Contractors must be properly registered in the System for Award Management (SAM) in order to receive the controlled attachments. Offerors may obtain information on SAM registration and annual confirmation requirements by calling 1-866-606-8220 or via the internet at https://www.sam.gov. Contract Opportunities on https://sam.gov/ has officially replaced FBO.gov
All changes that occur prior to the closing date will be posted to Contract Opportunities on https://sam.gov. For changes made after the closing date, only those offerors that provide a proposal will be provided any changes/amendments and considered for future discussions and/or award.
Questions or inquiries should be directed to Ashley Bechtel, Code 0233, e-mail ashley.n.bechtel2.civ@us.navy.mil and Jarod Arford, Code 0233, e-mail jarod.c.arford.civ@us.navy.mil. Mailing address is Code 0233, Bldg. 3373, NSWC Crane, 300 Highway 361, Crane, IN 47522-5001. Please reference the above solicitation number when responding to this notice.
AMENDMENT 0001:
The purpose of this amendment is to add clause 52.204-27 and provide questions and answers from vendors.
All other terms and conditions remain unchanged.
AMENDMENT 0002:
The purpose of this amendment is to reopen this solicitation for 14 days. The delivery schedule for CLINs 0003-0004 and 0009-0014 have been revised. Responsive offerors shall provide the quantity breaks and pricing for all 5 years on the pricing matrix listed on page 8 & 9 of the original solicitation for all CLINs or w ithin this amendment. Proposals received to date will be utilized if no additional submission updates are provided.
The required response date/time has changed from 17-Jul-2023 02:00 PM to 05-Sep-2023 02:00 PM.
Attachments/Links
Contact Information
Contracting Office Address
- WARFARE CENTER 300 HIGHWAY 361
- CRANE , IN 47522-5001
- USA
Primary Point of Contact
- Ashley Bechtel
- ashley.n.bechtel2.civ@us.navy.mil
Secondary Point of Contact
- Jarod C. Arford
- jarod.c.arford.civ@us.navy.mil
History
- Dec 06, 2023 11:55 pm ESTAward Notice (Original)
- Dec 06, 2023 11:55 pm ESTCombined Synopsis/Solicitation (Updated)
- Oct 20, 2023 11:55 pm EDTCombined Synopsis/Solicitation (Updated)
- Jun 22, 2023 09:41 am EDTCombined Synopsis/Solicitation (Updated)
- May 31, 2023 12:40 pm EDTCombined Synopsis/Solicitation (Original)