California Bids > Bid Detail

USS TRIPOLI (LHA-7) LLTM LITHIUM BATTERY LOCKERS

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 61 - Electric Wire, and Power and Distribution Equipment
Opps ID: NBD00159675028180135
Posted Date: Nov 30, 2022
Due Date: Dec 5, 2022
Solicitation No: N55236-22-R-0021
Source: https://sam.gov/opp/79714069f4...
Follow
USS TRIPOLI (LHA-7) LLTM LITHIUM BATTERY LOCKERS
Active
Contract Opportunity
Notice ID
N55236-22-R-0021
Related Notice
N55236-22-R-0021
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSEA
Sub Command
REGIONAL MAINTENANCE CENTER
Office
SOUTHWEST REGIONAL MAINT CENTER
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: Solicitation (Updated)
  • All Dates/Times are: (UTC-08:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Updated Published Date: Nov 30, 2022 08:40 am PST
  • Original Published Date: Nov 03, 2022 03:12 pm PDT
  • Updated Date Offers Due: Dec 05, 2022 02:00 pm PST
  • Original Date Offers Due: Dec 05, 2022 02:00 pm PST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Dec 20, 2022
  • Original Inactive Date: Dec 20, 2022
  • 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:
    San Diego , CA 92136
    USA
Description View Changes

The Southwest Regional Maintenance Center (SWRMC) issues a Total Small Business Set-Aside solicitation to procure the production and delivery of Shipboard Lithium Battery Storage Lockers in support of the USS TRIPOLI (LHA-7) FY-23 Selected Restricted Availability (SRA).



This will be a single award, firm-fixed price contract as a Total Small Business Set-aside. Award will be based on a best-value procurement utilizing past performance, technical acceptability, and price as evaluation factors. FAR 52.216-27 Single or Multiple Awards (OCT 1995) applies. The offeror(s) is responsible for the use of the latest revision of all references, specifications, and NAVSEA Standard Items. The applicable NAICS Code is 335910, Business size: 1,250 employees. This solicitation documents and incorporates provisions and clauses that are those in effect through Federal Acquisition Circular 2022-08 (Effective 23 September 2022) and DFARS Publication Notice 20220929.



A three-Fold Amendment - 0001 has been issued to provide the following:




  1. Update the Contract Specialist point of contact.

  2. Answer a pre-proposal question:

    Question: Can you advise us manufacturer name?

    Answer: There is no Original Equipment Manufacturer (OEM) for the required Lithium Battery Lockers. The vendor who receives the award for RFP#N55236-22-R-0021 will be required to manufacture the required Lithium Battery Lockers as identified within the Product Description and in accordance with the following Drawing numbers: 803-8603356_B, 803-8603354_C, and 803-8603355_C.

  3. Remove OEM verbiage from Offeror Instructions/Proposal Preparation Instructions.



A three-Fold Amendment - 0002 has been issued to provide the following:




  1. Answer a pre-proposal question(s):

    Question No. 1: Section C2 of the Solicitation (Page 6 of 61) specifies the drawing number and revision for each locker. Section M2.0(b) restricts the permissible conditions that may be requested in an Offeror’s bid. Based on our past performance experience, there are known issues with some of the BOM/subcomponents of the drawings specified. We understand these issues are pending incorporation into the next drawing revision. For one example, part 104 on drawing 803-8603354C is specified as a self-locking nut; however, the self-locking nut height is such that it does not get full engagement with the bolt. Per discussion with Navy inspectors, this self-locking nut was changed to a regular nut. In addition, several MIL-SPEC components are long lead items and these several, long lead components could be replaced with commercially available and equivalent components in order to accelerate delivery. For multiple previous locker builds for NSWCPD, the NSWCPD TPOC has approved the requested variances to correct known drawing issues and accelerate delivery. We request clarification if use of the request for variance process will be acceptable to SWRMC? Note: The requested list of variances will be identified in the proposal.

    Answer: Yes, use of the request for variance process will be acceptable to SWRMC.

    Question No. 2: Section C4 of the Solicitation (Page 6) specifies a Required Delivery Date of 18 April 2023. Section M2.0(b) restricts the permissible conditions that may be requested in an Offeror’s bid. We request to clarify if bids that offer a later delivery date will be accepted?

    Answer: Desired Required Delivery Date (RDD) is 07 July 2023.

  2. Revise the Required Delivery Date from 18 April 2023 to 07 July 2023.



Attached are the following documents:



Solicitation: SF 33



Attachement 1: Request for Clarification (RFC) Form



Attachment 2: Past Performance Questionnaire



Attachment 3: Drawing numbers : 803-8603356_B , 803-8603354_C, and 803-8603355_C



Attachment 4: SF30 - Amendment0001 must be signed by the quoter to acknowledge receipt and acceptance



Attachment 5: SF30 - Amendment0002 must be signed by the quoter to acknowledge receipt and acceptance



Drawings are hereby incorporated and are a part of this solicitation. Drawings will only be provided to companies with the capabilities to build the required Lithium Battery Lockers as identified within the Product Description. Please request the drawings from Contract Specialist, Jamie Devera: jamie.m.devera.civ@us.navy.mil and Contracting Officer, Cynthia Urias:cynthia.y.urias.civ@us.navy.mil.


Attachments/Links
Contact Information
Contracting Office Address
  • 3755 BRINSER STREET SUITE 1
  • SAN DIEGO , CA 92136-5205
  • 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 >