Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 20, 2010 FBO #3191
SOLICITATION NOTICE

J -- Evaluation and repair of the following equipment: CPU Board, Firmware 1.9, XYCOM 70601-006, (Programmed Data Collection Pack), ASN: S100-2A1A2A1.

Notice Date
8/18/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division-KC, 601 East 12th Street, Room 1756, Kansas City, Missouri, 64106, United States
 
ZIP Code
64106
 
Solicitation Number
NWWG9160-10-457
 
Archive Date
8/24/2010
 
Point of Contact
Marjorie A. Sabbagh, Phone: 816-926-3217, William Roberts, Phone: 816-926-3217
 
E-Mail Address
Margie.Sabbagh@noaa.gov, William.Roberts@noaa.gov
(Margie.Sabbagh@noaa.gov, William.Roberts@noaa.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation. The U.S. Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), National Weather Service (NWS), National Reconditioning Center (NRC) intends to solicit for evaluation and repair of the following equipment: 14 each CPU Board, Firmware 1.9, XYCOM 70601-006, (Programmed Data Collection Pack), ASN: S100-2A1A2A1. This solicitation is open to Small and Large Businesses. The intended acquisition is for repair service to furnish labor and material to place in like new operating condition and good appearance to meet the original manufacturer's specifications and/or tolerances of the equipment listed above. After repair, if the equipment does not meet these conditions, it will be returned to the vendor for rework at no additional cost to the government. Only firms that can provide the exact repair service described herein will be considered. This acquisition is being processed under the procedures of Federal Acquisition Regulation (FAR) Part 13, Simplified Acquisition Procedures. This constitutes the only Request for Quotation (RFQ) written offers are being requested; and a written solicitation will not be issued. This notice is hereby issued as RFQ No. NWWG9160-10-457. This RFQ and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-36. The line items shall be provided in accordance with the specifications listed below. The price shall be all inclusive of costs. The FAR clauses incorporated into this acquisition shall be the following: 52.212-3 Offeror Representations and Certifications - Commercial Items (Aug 2009), 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 (Jul 2010) (Sections 9i, 19, 20, 21, 22, 23, 25, 31, 34, 39, 43-5), 52.247-65 F.O.B. Origin, Prepaid Freight - Small Package Shipments (Jan 1991), 52.252-2 Clauses Incorporated By Reference (Feb 1998). The CAR clauses incorporated into this acquisition shall be the following: 1352.201-70 Contracting Officer's Authority (Apr 2010), 1352.209-73 Compliance With The Laws (Apr 2010), 1352.209-74 Organizational Conflict of Interest (Apr 2010) and 1352.246-70 Place of Acceptance (Apr 2010). The FAR provision is incorporated into this acquisition by reference is as follows: 52.212-1 Instructions to Offerors-Commercial Items (Jun 2008). FAR clauses and provisions are available on the Internet Website http://www.acquisition.gov/far/. All contractors doing business with the National Reconditioning Center (NRC) must be registered with the Central Contractor Registry (CCR). For information and to register, please access the following website: http://www.ccr.gov/. In order to register with the CCR 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://fedgov.dnb.com/webform or by phone at (800) 333-0505. The Government will award a purchase order resulting from this request to the responsible offeror whose quotation conforms to the request resulting in the best value to the Government with delivery schedule and lowest price. The NAICS code for this requirement is 334111. All responsible sources must respond to this announcement within five (5) calendar days of its publication to be considered by the Agency. All responses must be in writing and may be mailed to the National Reconditioning Center, ATTN: Marjorie A. Sabbagh, 1520 East Bannister Road, Kansas City, Missouri 64131 or sent to the email address Margie.Sabbagh@noaa.gov. Quotes submitted in response to this notice shall also include the following in order to be considered responsive to this request: 1. DUNS number, company name, address, point of contact, telephone number 2. Brief statement regarding its capability to evaluate and repair the specified equipment. 3. Include the name, telephone number and point of contact for businesses or other Government agency to which it has previously repaired the item. 4. Delivery Schedule. Provide a proposed delivery date for the repair return of the equipment. 5. Completed price schedule for the evaluation and repair of the line item identified in this notice including the return shipping cost. This is a firm-fixed price request. 6. Completed copy of FAR 52.212-3 Representations & Certifications-Commercial items or certification of registration with the Online Representations & Certifications Application (ORCA) database. Multiple searches of the Small Business Administration (SBA) Dynamic Small Search did not identify any small business available to compete for this required repair service. Search parameters included a combination of NAICS code ‘334111' and key words: ‘repair, vme cpu board, xembedded'; and just key words: ‘repair, vme cpu board, xembedded'; ‘repair, vme cpu board'; ‘vme cpu board'; and ‘repair, Xycom, vme cpu board'. A search of "Repair Xembedded VME CPU boards"; "Repair Xycom VME CPU boards"; and "Repair VME CPU boards" in GSA's eLibrary also returned no matches.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/CASC/NWWG9160-10-457/listing.html)
 
Place of Performance
Address: Vendor's Location, United States
 
Record
SN02245121-W 20100820/100818235216-60816d8e58dd0061d29a382559dde71b (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.