Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 07, 2013 FBO #4213
SOURCES SOUGHT

J -- Repair and/or Calibration of the following equipment: Probe/Transmitter Assembly for DTS-1, PN: DTT1, ASN: S100-2MT4-3A1A1 - Representation by Corporations

Notice Date
6/5/2013
 
Notice Type
Sources Sought
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), National Weather Service, 1325 East West Highway, SSMC2, Room 11226, Silver Spring, Maryland, 20910, United States
 
ZIP Code
20910
 
Solicitation Number
NWWG9160-13-187
 
Archive Date
7/2/2013
 
Point of Contact
WILLIAM N ROBERTS, Phone: 816-926-3217 X237
 
E-Mail Address
WILLIAM.ROBERTS@NOAA.GOV
(WILLIAM.ROBERTS@NOAA.GOV)
 
Small Business Set-Aside
N/A
 
Description
Representation by Corporations Sources Sought: The U.S. Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), National Weather Service (NWS), National Reconditioning Center (NRC) intends to send out for repair and/or calibration the following equipment: 47 each Probe/Transmitter Assembly for DTS-1, PN: DTT1, ASN: S100-2MT4-3A1A1. The intended acquisition is for repair and/or calibration services 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 and/or calibration, if the equipment does not meet these conditions, it will be returned to the vendor for rework at no additional cost to the government. The intended acquisition is for repair and/or calibration services for which the Government intends to acquire from one source under the authority of 13.106-1(b), Soliciting from a Single Source. The original equipment manufacturer, Vaisala, Inc. of Woburn, MA, is the only known source for repair and/or calibration of this equipment. This is not a request for proposals and there is no solicitation available at this time. The Government reserves the right to solicit bids based on receipt of affirmative responses to this notice or issue a purchase order to Vaisala, Inc. whichever is determined to be more advantageous to the Government, without further notice. A determination by the Government not to compete this proposed contract 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 for this requirement and future repairs. In order to be considered, firms must furnish detailed information concerning their capability to repair the equipment and be able to provide the exact repair service described herein. This acquisition is being processed under the procedures of Federal Acquisition Regulation (FAR) Part 13, Simplified Acquisition Procedures. Interested firms should submit its name, address, point of contact, telephone number and a brief statement regarding its capability to repair the specified equipment. Also include the name, telephone number and point of contact for businesses or other Government agency to which it has previously repaired the item. Firms must respond to this announcement within ten (12) calendar days of its publication. All responses must be in writing and may be mailed to the National Reconditioning Center, ATTN: William N. Roberts, 1520 East Bannister Road, Kansas City, Missouri 64131 or sent to the email address William.Roberts@noaa.gov. All responsible sources may submit a quote which will be considered by the Agency. The quote shall include the repair and calibration cost for each piece of equipment, returns shipping, if applicable, and estimated turn around time. The NAICS code for this requirement is 334519. All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database. For information and to register, please access the following website: http://www.sam.gov/. In order to register with the SAM, 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/OCSNWS/NWWG9160-13-187/listing.html)
 
Place of Performance
Address: VENDOR LOCATION, United States
 
Record
SN03080393-W 20130607/130606000834-17a086bfe569612ef59add31953b1ac3 (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.