Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 12, 2010 FBO #3122
SOLICITATION NOTICE

99 -- Radio Frequency Bandpass Filters - Specs - Sow

Notice Date
6/10/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment 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
NWWG0110-10-08847
 
Archive Date
7/6/2010
 
Point of Contact
Amy E Sanders-White, Phone: 301-713-3405 x202
 
E-Mail Address
amy.sanderswhite@noaa.gov
(amy.sanderswhite@noaa.gov)
 
Small Business Set-Aside
N/A
 
Description
SOW SOW Specs This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Parts 12 and 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation NWWG0100-10-08847 issued as a request for quotation. The NAICS code is 334220 and the Small. Business Size Standard is 750 employees. The Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), National Weather Service (NWS), specifically the Engineering & Acquisition Branch has a requirement for radio frequency bandpass filters: (2) qty sets Filter, Bandpass, VND P/N 5MPSP-1680/60-SM/SF, 4 Filters per set, First Article Units; (33) qty. sets Filter, Bandpass, VND P/N 5MPSP-1680/60-SM/SF, 4 Filters per set, productions units in accordance with the attached Statement of Work and Specifications. Offerors shall be responsible for submitting all additional information on the above requirement necessary for the Government to determine whether the product(s) offered meets the Statement of work and specifications as listed in the solicitation. The resulting purchase order shall be negotiated on a firm fixed price. The award shall be made on a best value basis. Best value evaluation factors include the following: 1) Delivery/Approach- The likelihood of effectively meeting the requirements; 2) Past Performance - The relevance and quality of prior performance; and 3) Price - The amount, realism and consistency of the evaluated price. The evaluation shall be based on use of the adjectival scheme as follows: Outstanding (O) -- Conspicuously striking in eminence; Good (G) -- Beneficial and worthwhile; sound and valid; Adequate (A) -- Reasonably sufficient and suitable; Marginal (M) -- Minimally suitable at the lower limit. 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. Incorporated clauses are those in effect through Federal Acquisition Circular Number 2005-41. The provisions and clauses may be downloaded at http://www.arnet.gov/far. The following provisions and clauses shall apply to this solicitation: FAR 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and there is no addenda to this provision; FAR 52.212-2, Evaluation - Commercial Items; FAR 52.213-3, Offeror Representations and Certifications - Commercial Items, applies to this acquisition and there is no addenda to this provision; FAR 52.212-4,Contract Terms and Conditions- Commercial Items, applies to this acquisition and there is no addenda to this provision; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. All interested contractors must be actively registered in the Central Contractor Registration (CCR) at the CCR website www.ccr.gov and must provide a completed copy of the Offeror Representations and Certifications. Interested responsible sources are invited to submit a written and electronic response to NOAA no later than 12 Noon (EST) Friday, June 21, 2010 addressed to Amy Sanders-White, Purchasing Agent, National Oceanic and Atmospheric Administration, 1305 East West Highway, Suite 7145, Silver Spring, Maryland 20910, Sandra.K.Souders@noaa.gov. Contractors must submit a complete response. Responses that are not substantially complete will be returned. 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/NWWG0110-10-08847/listing.html)
 
Place of Performance
Address: 1325 East West Highway, Silver Spring, Maryland, 20910, United States
Zip Code: 20910
 
Record
SN02174080-W 20100612/100610235049-d18973efc7fc55d2c66f207886040222 (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.