Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 16, 2010 FBO #3095
SOLICITATION NOTICE

66 -- Notice of Intent to Sole Source for annual service maintenance on automated weather stations.

Notice Date
5/14/2010
 
Notice Type
Presolicitation
 
Contracting Office
BIA - National Interagency Fire Center 3833 S. Development Avenue Boise ID 83705
 
ZIP Code
83705
 
Solicitation Number
RMK00100051
 
Archive Date
5/14/2011
 
Point of Contact
Michelle Cruz-Salum Acquisition Management 2083875566 ;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
The Bureau of Indian Affairs, National Interagency Fire Center has a requirement for annual servicing of Remote Access Weather Stations (RAWS) and supporting AOM to purchase replacement, upgraded, or new parts and equipment which have been identified for FY-2010. The extensive network of RAWS locations requires annual maintenance and parts upgrades to support improving technology and higher quality weather data for Wildland firefighter and public safety. The Government intends to award a contract for this requirement. The suggested contractor is FOREST TECHNOLOGY SYSTEMS LTD, 1065 HENRY ENG PLACE, VICTORIA, BC, V9B 6-B2. This is not a request for competitive quotes. However, all interested parties who believe they may meet these requirements may submit in writing, within 10 calendar days of this notification, complete information describing the ability to meet these requirements. Information will be used solely for purposes of whether to conduct a competitive procurement. A determination by the Government not to open the requirement to competition based on responses to this notice is solely within the discretion of the Government. Companies that can provide an equal product must submit their technical capabilities to include technical specifications of their product, past performance information, price and delivery time. All responses to this announcement must be directed to Michelle Cruz Salum at Michelle_Cruz_Salum@nifc.gov not later than 12 noon, Mountain Standard Time, 24 May 2010. TELEPHONIC QUESTIONS OR REQUESTS WILL NOT BE ACCEPTED. IAW FAR 5.202(a)(6), this acquisition will be ordered against an existing IDIQ contract under a GSA schedule and no other offers will be solicited for this requirement. IAW FAR 8.404(a), placing orders under Federal Supply Schedule contracts using the procedures of 8.405, ordering activities shall not seek competition outside of the Federal Supply Schedules or synopsize the requirement. A determination will be made by the Contracting Officer that the Anticipated Cost to the Government will be Fair and Reasonable. The requirement items are commercially available therefore existing market forces support the cost reasonableness determination. The prices quoted are based on GSA Contract GS-07F-9253S. Per FAR 8.404(d) GSA has already determined the prices of supplies and fixed-price services, and rates for services at hourly rates, under schedule contracts to be fair and reasonable. Market research was conducted by reviewing the Federal Supply Schedules. Market research indicates that while the FTS supplies are not unique for all equipment or all parts but they are compatible with the weather stations. This is the only source available to purchase the required components and meet the delivery requirements of the agency. It was determined that no other FSS vendor has all parts and equipment or services on schedule that matches, has interconnectivity to, and is compatible with the existing requirements of the weather stations. This requirement is not available for 'full and open competition' based on the need for these services in maintaining the integrity of the unit and delivery time. The use of FTS items and services is essential to program requirements, thereby precluding consideration of a product or obtaining services by another company. Acquisition of a different brand would cause incompatibility with the existing component stations, delay in awarding, and not meeting delivery requirement with the process of testing the integrity of other manufactures parts or equipment to these propriety components would directly impact the Fire Program and have significant effects on firefighter and public safety.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/RMK00100051/listing.html)
 
Place of Performance
Address: BIA - National Interagency Fire Center3833 S. Development Avenue, Boise, ID 83705
Zip Code: 83705
 
Record
SN02149652-W 20100516/100514234516-8beeb4ba5a5b1aed9c08eaf343be88b4 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.