Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2009 FBO #2833
MODIFICATION

58 -- Acoustic Receivers and Transmitters

Notice Date
8/25/2009
 
Notice Type
Modification/Amendment
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office, SSMC4 - Room 7601/OFA61, 1305 East West Highway, 7th Floor, Silver Spring, Maryland, 20910
 
ZIP Code
20910
 
Solicitation Number
NCND1000-09-21103
 
Archive Date
9/17/2009
 
Point of Contact
Sandra K. Souders, Phone: 3017130820141
 
E-Mail Address
Sandra.K.Souders@noaa.gov
(Sandra.K.Souders@noaa.gov)
 
Small Business Set-Aside
N/A
 
Description
Solicitation Number NCNS10000-09-21103 is issued as a request for quotation in accordance with the format in FAR 13. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The North American Industry Classification Code (NAICS) is 334511 with a Small Business Size Standard of 750 employees.The U.S. Department of Commerce, National Oceanic and Atmospheric Administration, National Ocean Service, specifically the Center for Coastal Monitoring and Assessment (CCMA) has a requirement for the following "brand name or equal" Acoustic Receivers and Transmitters for acoustic fish tracking: CLIN 0001 - 48 each, V9-2L-A69-1303; CLIN 0002 7 each, VR2W Coded Acoustic Receiver (69KHz) Bluetooth. Delivery of product shall be by no later than 60 days from the date of award. Note: Offerors proposing to furnish an "equal" product shall insert the following description for the product: Bidding On: Manufacturer's Name: Address: Product Name (if any): Product make, model or catalog description: Offerors shall also be responsible for submitting all additional information on the above product necessary for the Government to determine whether the product offered meets the salient specifications of the "brand name" as listed in the solicitation. The resulting purchase order shall be a firm fixed price award. The award shall be made on a best value basis. Best value evaluation factors include the following: 1) Approach - The likelihood of effectively meeting the requirements; 2) Price - The amount, realism and consistency of the evaluated price. The Government shall award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The solicitation document and incorporated clauses are those in effect through Federal Acquisition Circular Number 2005-36. The provisions and clauses may be downloaded at http://www.acqnet.gov.far. The following provisions and clauses shall apply to this solicitation: FAR 52.213-4, Terms and Conditions - Simplified Acquisitions (Other Than Commercial Items); FAR 52.232-1, Payments. All interested contractors must be actively registered in the Central Contractor Registration (CCR) at the CCR website www.ccr.gov. Interested contractors are invited to provide an electronic response to be received no later than noon September 2, 2009 addressed to Sandra.K.Souders@noaa.gov. Contractors must submit a complete response. Responses that are not substantially complete will be returned. Offers of partial performance shall be rejected. A one page letter shall transmit the quotation signed by an individual authorized to commit the organization The offer, including the letter of transmittal, shall be limited to ten (10) single sided pages. Submit offers arranged in three sections as follows: Section I - Approach, which includes identification and qualifications of relevant personnel and technical management approach; Section II - Price, Firm Fixed Price for the required acoustic receivers and transmitters. The price shall include sufficient data to allow the Government to determine the amount, realism and consistency of the fixed price. Award shall be made to the responsible contractor that offers the best value to the Government. The Government shall not be liable for any costs incurred in response to this request.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/AGAMD/NCND1000-09-21103/listing.html)
 
Place of Performance
Address: Silver Spring, Maryland, 20910, United States
Zip Code: 20910
 
Record
SN01925517-W 20090827/090826000547-b24d749ee6b13877aafc1295a1dd1642 (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.