Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 19, 2009 FBO #2701
SOLICITATION NOTICE

66 -- Filter, anti-reflective windows

Notice Date
4/17/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Central Region Acquisition Division, 601 East 12th Street, Room 1756, Kansas City, Missouri, 64106
 
ZIP Code
64106
 
Solicitation Number
NWWA1200-9-46283(KJB)
 
Archive Date
5/7/2009
 
Point of Contact
Kevin J Buum, Phone: 816-426-7461
 
E-Mail Address
kevin.j.buum@noaa.gov
 
Small Business Set-Aside
N/A
 
Description
Combined Synopsis/Solicitation: This is a combined synopsis/solicitation for commercial items prepared and processed in accordance with the Federal Acquisition Regulation (FAR) Part 12 - Acquisition of Commercial Items as supplemented with additional information included in this announcement. The U.S. Department of Commerce (USDOC), National Oceanic and Atmospheric Administration (NOAA), and the National Weather Service (NWS) intend to solicit for purchase 200 filter, anti-reflective windows, optically pure and chemically coated white glass, anti-reflective coating designed to proprietary specifications (904 +/- 50NM for 30 degrees AOI) TX >/= 96% (target) >/= 95% acceptable. Size of the glass is 16cm X 14cm X 0.39 cm (approximately 6.23 inches X 5.53 inches X 0.155 inches). Transmissivity at 904 nanometers = 95%. P/N: 53-1931, NSN: NWSO-31-700-0001, ASA: S100-2MT1SP1-FL1. The company Newport Franklin Inc of Franklin, MA is the manufacturer and only known suggested source of supply for this item. BACKGROUND: The Automated Surface Observing System (ASOS) CT12K (Cloud Height Sensor, Laser Beam Ceilometer) was tested and selected at considerable Government expense to be the baseline Cloud Height Sensor approved for the ASOS. The items in question are replacement windows/lenses specifically designed and manufactured for the Vaisala CT12K cloud height sensor. Any other manufacturer's windows, if they existed, cannot be used without extensive laboratory and field testing. The expense of testing could not be recovered through openly competing for new windows/lenses. The intended procurement is for supplies for which the Government intends to acquire under the guidelines of FAR Part 12, Commercial Items. Delivery will be on a FOB Destination basis. This constitutes that only Request for Quotation (RFQ) written offers are being requested and that a written RFQ will not be issued. This notice is hereby issued as RFQ number NWWA1200-9-46283(KJB). This RFQ and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2005-32 dated March 31, 2009. The line items shall be provided in accordance with the specifications listed below. The following FAR clauses are incorporated into this acquisition:  52.212-4 Contract Terms and Conditions - Commercial Items (Mar 2009)  52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Mar 2009) (Sections 19, 20, 21, 22, 24, 31, 34, 39). The following FAR clauses are incorporated into this acquisition by reference:  52.212-1 Instructions to Offerors - Commercial Items (June 2008)  52.247-35 F.O.B. Destination, within Consignee's Premises (Apr 1984) All offerors are encouraged to respond to this announcement with 5 calendar days after its publication. The Government will award a purchase order resulting from this RFQ to the responsible offeror whose quotation conforming to the RFQ meets or exceeds the requirements. The Government reserves the right to award without discussion based solely upon the initial proposals. This is a firm-fixed price solicitation. The Government shall require delivery to be made within 12-16 weeks after receipt of order. The Government may request that partial shipments be made. Offers must provide the following information:  A completed copy of the provisions contained in FAR 52.212-3 Representations and Certifications - Commercial Items  Certification of registration in the Central Contractor Registration (CCR) database  Price quote referencing RFQ number NWWA1200-9-46283(KJB)  Delivery Schedule Offerors must provide a written acknowledgement that they will comply with the bar coding and packaging requirement. Offerors may send their proposal, and request a copy of the packaging requirement, to kevin.j.buum@noaa.gov or fax to 816-274-6949. The NAICS code for this requirement is 333314. All responsible sources may submit a quote which will be considered by the Agency. All contractors doing business with the Central Region Acquisitions Division (CRAD) must be registered with CCR. For information on and to register with CCR please access http://www.ccr.gov/ In order to register with CCR offerors must have a Dun & Bradstreet number. A Dun & Bradstreet number may be acquired free of charge at https://eupdate.dnb.com/requestoptions.asp?cm_re=HomepageB*TopNav*DUNSNumberTab
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0ef85e56aad13c28b1194e4243e4aad1&tab=core&_cview=1)
 
Place of Performance
Address: National Logistics Support Center (NLSC), 1510 E Bannister Road, Kansas City, Missouri, 64131, United States
Zip Code: 64131
 
Record
SN01796199-W 20090419/090417220728-0ef85e56aad13c28b1194e4243e4aad1 (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.