Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 19, 2012 FBO #3799
DOCUMENT

61 -- SOLE SOURCE - US TOWER REPLACEMENT PARTS - Attachment

Notice Date
4/17/2012
 
Notice Type
Attachment
 
NAICS
335312 — Motor and Generator Manufacturing
 
Contracting Office
N00164 NAVAL SURFACE WARFARE CENTER, INDIANA 300 Highway 361, Building 64 Crane, IN
 
Solicitation Number
N0016412RJT64
 
Response Due
6/11/2012
 
Archive Date
7/26/2012
 
Point of Contact
Mr. John Roberts 812-854-2433 Mr. John Roberts, 812-854-2433
 
Small Business Set-Aside
N/A
 
Description
This synopsis is being posted to both the Federal Business Opportunities (FBO) page located at http://www.fbo.gov and the Navy Electronic Commerce on Line (NECO) site located at https://www.neco.navy.mil/. While it is understood that FBO is the single point of entry for posting synopses and solicitations to the Internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by NSWC Crane. The Naval Surface Warfare Center (NSWC) Crane Division plans to enter into a firm fixed price (FFP) indefinite delivery, indefinite quantity (IDIQ) contract on a sole source basis for the procurement of replacement and spare parts from US Tower Corporation, 1099 W. Ropes Avenue, Woodlake, CA 93286. These replacement and spare parts are in support of existing 80 and 107 foot GBOSS 2.0 Tower Systems in theater and also those yet to be deployed. Delivery is required F.O.B. Destination: NSWC Crane, IN 47522-5001. This requirement will be negotiated on a sole source basis in accordance with the statutory authority 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1; only one responsible source and no other supplies will satisfy agency requirements. The basis for restricting competition is that US Tower is the proprietary owner of the drawing package, the original equipment manufacturer and sole proprietary source for all of the required replacement parts to support and sustain the fielded GBOSS 2.0 US Tower systems as well as the GBOSS systems currently being produced. No formal solicitation will be issued. Interested persons may identify their interest and capability to respond to the requirement. This notice of intent is not a request for competitive proposals. A determination by the Government not to compete this proposed agreement based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Questions or inquiries should be directed to Mr. John C. Roberts, Code CXMPXC, telephone 821-854-2433, or e-mail john.c.roberts3@navy.mil. Complete mailing address is: Commander, NSWC Crane, ATTN: Code CXMPXC, Bldg. 64 Highway 361, Crane IN 47522-5001. Please reference the above solicitation number when responding to this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016412RJT64/listing.html)
 
Document(s)
Attachment
 
File Name: N0016412RJT64_12RJT64_syn.docx (https://www.neco.navy.mil/synopsis_file/N0016412RJT64_12RJT64_syn.docx)
Link: https://www.neco.navy.mil/synopsis_file/N0016412RJT64_12RJT64_syn.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02724717-W 20120419/120418000231-b104e5192ce6963a23fd2c9ba2e847cf (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.