Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 25, 2010 FBO #3227
SPECIAL NOTICE

J -- Notice of Intent to Sole Source

Notice Date
9/23/2010
 
Notice Type
Special Notice
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
National Ground Intelligence Center, ATTN: IANG-CS-LO/MS204, 2055 Boulders Road, Charlottesville, VA 22911-8318
 
ZIP Code
22911-8318
 
Solicitation Number
W26MT902381005
 
Archive Date
12/22/2010
 
Point of Contact
Jessica Thomas, 434-980-7639
 
E-Mail Address
National Ground Intelligence Center
(jessica.l.thomas2@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a notice of intent to award a sole-source contract and is not a request for competitive proposals. The National Ground Intelligence Center (NGIC), under the contracting authority of the U.S. Army Intelligence and Security Command (INSCOM) intents to issue a sole-source, firm fixed price, award to 3D Systems, Inc for repair/replacement of the Viper SLA system's (model number 23500K902-01) laser head. Replacement parts for the OEM laser are the most economical and provide the highest performance. Retrofitting these machines with other lasers decrease the performance and provide for a more cumbersome user interface.This item falls under the Test Program for Certain Commercial Items covered under FAR Subpart 13.5 and under the guidelines of FAR Part 12, Commercial Items. The statutory authority for this sole-source procurement is U.S.C. 2304(c)(1), as implemented by FAR 6.302-1. This notice of intent is not a request for competitive proposals. However, the Government shall consider all responses received within three days of this posting. Interested parties may identify their interest and capability to respond to the requirement. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. Written responses to this synopsis shall contain sufficient documentation to establish a bonafide capability to fulfill the requirement. The National Ground Intelligence Center will not be responsible for any costs incurred by interested parties in responding to this notice. Prospective contractors must be registered in the Central Contractor Registration (CCR) in order to be eligible for award. Information concerning CCR registered requirements may be viewed via on the internet at https://www.bpn.gov/ccr/. Please email Jessica Thomas, contract specialist, with responses or questions regarding this requirement at jessica.l.thomas2@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/INSCOM/DASC02/W26MT902381005/listing.html)
 
Record
SN02294463-W 20100925/100923235500-1c700843c7c01ec421a06be827a92e4f (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.