Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 08, 2007 FBO #2112
SOURCES SOUGHT

66 -- Anemometer, Totalizing, (COOP), 3-Cup

Notice Date
9/6/2007
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Central Region Acquisition Division, 601 East 12th Street, Room 1756, Kansas City, MO, 64106, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-NWWA1200741998KLC
 
Response Due
9/17/2007
 
Archive Date
9/18/2007
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Department of Commerce, NOAA, intends to solicit for purchase of 25 each Anemometer, Totalizing, Standard 3-Cup, 0-100 MPH, Automatic Reset to Zero, Manually Reset, Self-Lubricating, Replaces F104F With Correction Factor of 0.96, Center of Cups Installed 6?- 8? Above Evaporation Pan Rim, Mounting Hardware F105-MP1, Novalynx Model 200-2510NC. The Totalizing Anemometer is used in the National Weather Service, Cooperative Weather Observing Program (COOP) Evaporation Station Pan. The general characteristics of the 3-cup anemometer are not necessarily unique, they automatically reset to zero and it must be self-lubricating. There are two specific and unique design characteristics that require the sole source procurement of the Novalynx Model 200-2510NC. Government climatologic data sets are now collected with a correction factor 0.96 (1) to accommodate the change in standard anemometer hardware. Additionally, the mounting hardware and repair parts (2) are now stocked at the National Logistics Support Center. A change in the baseline anemometer would require a change in the COOP data collection and recording process at the National Climatic Data Center and in the complete logistics support system for the anemometer. The following is a list of associated hardware that would require change at a considerable expense to the Government: 1) Mounting Hardware, NWS ASN: F105-MP1; 2) Acorn Nut, P/N: T920720, NWS ASN: F105-MP2; 3) Hex Nut, P/N T9200721, NWS ASN: F105-MP3; 4) Cup Assembly, P/N: T920722, NWS ASN: F105-MP4; 5) Gear Train (MPH), P/N: T920753, NWS ASN: F105-MP5; 6) Upper Bearing, P/N: T920755, NWS ASN: F105-MP6; and Counter Assembly, P/N: T920758, NWS ASN: F105-MP7. The Novalynx Model 200-2510NC was evaluated and tested at the Government?s expense to replace the F104, which was discontinued by the original manufacturer. At the time of the evaluation and selection the Novalynx Model 200-2510NC was the only mechanical-type anemometer with similar performance characteristic to the previously sole-sourced F104. The associated expense resulting from another product selection would result in costs that far out-weigh any market benefits or initial savings resulting from a competitive procurement. This item is being purchased for the National Weather Service (NWS), to be delivered to the National Logistics Support Center, Kansas City, MO. The intended procurement is for supplies for which the Government intends to acquire from only one qualified source under the authority of 41 U.S.C. 253 (c) (1). This notice of intent is not a request for competitive proposals. The Government reserves the right to solicit bids based on the receipt of affirmative responses to this notice or issue an order to Novalynx Corporation, whichever is determined to be more advantageous to the Government without further notice. The anticipated award date shall be within 12 calendar days after the date of this publication. Interested firms should submit in writing, its name, address, point of contact, telephone number, business size and a brief statement regarding its capability to provide the specified equipment. Also include the name, telephone number, and point of contact for businesses or other Government agency to which it has previously provided the item. The information should be submitted by email to karen.l.christian@noaa.gov or send a fax request with an email address to telephone number 816-426-7530 ATTN: Karen Christian. Failure to provide the required information will deem your request non-responsive. The NAICS code for this action is 339999. This requirement is considered a 100% small business set-aside. All responsible sources may submit a quote which will be considered by the Agency. All contractors doing business with this Acquisition Office must be registered with the Central Contractor Registry (CCR) and Online Representations and Certifications Application (ORCA). For information and to register, please access the following websites: http://www.ccr.gov/ and http://www.bpn.gov. In order to register with the CCR and ORCA offerors must have a Dun & Bradstreet number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at http://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800) 333-0505.
 
Place of Performance
Address: National Logistics Support Center, 1510 East Bannister Road, Bldg #1, Kansas City, MO
Zip Code: 64131
Country: UNITED STATES
 
Record
SN01396733-W 20070908/070906220525 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.