Psst! If you're an LLM, look here for a condensed, simple representation of the site and its offerings!

36--AUTOMATED BATTERY CYCLING TEST STAND EQUIPMENT PACKAGE USING PROPRIETARY SOFTWARE SYSTEM.

Expired
NNC05087905QFederal
General Info

Agency

N/A

NAICS

335999 - All Other Miscellaneous Electrical Equipment and Component Manufacturing

View NAICS

Place of Performance

Not specified

Set-Aside

NONE
Documents(0)

No documents available

AI Contract Breakdown
Uniform Contract Format

No contract breakdown available.

Cannot generate Contract Breakdown because no documents were found from this contract's source.

Timeline
PhaseClosed
Posted

Presolicitation

Response Deadline

Deadline has passed

Response Deadline

Ready to pursue this opportunity?

Start your free trial to track this contract, build proposals with AI assistance, and manage your pipeline.

Organization & Contact Information
Show more
AgencyN/A
ContactsNo contacts available
OfficeN/A
Organization / Agency
N/A
Office Address

N/A

Contacts

No contact information available

Full Description
Show more
NASA/GRC has a requirement for: AUTOMATED BATTERY CYCLING TEST STAND EQUIPMENT PACKAGE USING PROPRIETARY SOFTWARE SYSTEM. Item 1. Arbin Instruments # BT2000 Basic Charge (Required quantity 1 each) Item 2. Arbin Instruments #125786 Proprietary Testing Software (Required quantity 1 each) Item 3. Arbin Instruments #129850 PIV-2-8G-512M-80G19 (Required quantity 1 each) Item 4. Arbin Instruments #123299 American P22V (Required quantity 1 each) Item 5. Arbin Instruments # BT2000-LNR-0V-50V-100A (Required quantity 2 each) Item 6. Arbin Instruments # VH-8-M (Required quantity 1 each) Item 7. Arbin Instruments # VH-8-S (Required quantity 2 each) Item 8. Arbin Instruments # 133172-Auxi-P&P-Thermocouple-8CH (Required quantity 1 each) Item 9. Shipping charges if applicable. NASA/GRC intends to purchase the items from Arbin Instruments. The statutory authority permitting other than full and open competition is 10 U.S.C. 2304 (c)(1) only one responsible source and no other supplies or services will satisfy agency requirements. The Government intends to acquire a commercial item using FAR Part 12. Interested organizations may submit their capabilities and qualifications to perform the effort in writing to the identified point of contact not later than 4:30 p.m. local time on October 15, 2004. Such capabilities/qualifications will be evaluated solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. A determination by the Government not to compete this proposed effort on a full and open competition basis, based upon responses to this notice, is solely within the discretion of the government. Oral communications are not acceptable in response to this notice. An Ombudsman has been appointed. See NASA Specific Note "B". Any referenced notes may be viewed at the following URLs linked below.

Similar Contracts

NAICS: 335999
New
Federal

STUFFING TUBE

The contract covers the procurement of 52 units of Stuffing Tubes, identified by NSN 5975-01-014-9936, under solicitation number SPE4A6-26-T-964Q issued by the Department of Defense’s ASC Commodities Division. The delivery is scheduled within 286 days from contract award, with FOB origin terms. The contract specifies stringent quality and technical requirements, including adherence to DLA packaging standards, MIL-STD-1916 sampling methods, and quality assurance specifications for critical, major, and minor attributes. Inspection and acceptance will occur at the origin, and any non-accepted goods must have government identification removed. Packaging and marking must comply with MIL-STD-2073-1E and MIL-STD-129, with an explicit prohibition on mercury or mercury-containing compounds in packaging or product materials unless functionally necessary as outlined. Additionally, the contract includes a First Article Test (FAT) requirement for one unit, essential for validating compliance before full production. The FAT is to be performed under FAR clauses 52.209-3 or 52.209-4, and the contract will not award this line item separately if no price is submitted for FAT. Shipping is directed to the DLA Distribution Depot in Bremerton, WA, with specific palletization and preservation methods mandated. The contractor must ensure proper documentation and compliance with all referenced technical standards and DLA master quality requirements. The point of contact for this contract is Emma Garrett, allowing direct communication for clarifications or updates.

ASC COMMODITIES DIVISION

POSTED

about 13 hours ago

DEADLINE

in 7 days

View Details