Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 24, 2005 FBO #1367
SOLICITATION NOTICE

66 -- Strut & Probe Assembly

Notice Date
8/22/2005
 
Notice Type
Solicitation Notice
 
NAICS
334419 — Other Electronic Component Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Central Region Acquisition Division, 601 East 12th Street, Room 1756, Kansas City, MO, 64106
 
ZIP Code
64106
 
Solicitation Number
Reference-Number-NWWA1200535349KLC
 
Response Due
9/2/2005
 
Archive Date
9/17/2005
 
Small Business Set-Aside
Total Small Business
 
Description
SOURCES SOUGHT NOTICE. The U.S. Department of Commerce, NOAA, intends to solicit for purchase of 50 each, Strut & Probe Assembly, Rosemont Aerospace Inc., P/N 00872-0277; NSN: 6660-01-426-3804. This item is being purchased for the National Weather Service (NWS), to be delivered to the National Logistics Support Center, Kansas City, MO. This item is used to support the Automated Surface & Operation System (ASOS) spare parts program. The intended procurement is for supplies for which the government intends to acquire under the guidelines of FAR Part 12, Commercial Items. The Government intends to solicit and negotiate with only one known source under the authority of FAR 6.302. The company is Rosemount Aerospace Inc., d/b/a Goodrich Sensor Systems, 14300 Judicial Road, Burnsville, MN. Rosemount Aerospace has manufactured the strut and probe assemblies specifically for the NWS/ASOS freezing rain sensor. No other part substitutions will work due to the uniqueness of the design of the freezing rain sensor. The use of any other vendor?s part would necessitate extensive test and evaluation that would cause the government to incur delays and costs that could not be recovered through competition. The government believes it is in their best interest to acquire these assemblies from Rosemont Aerospace/Goodrich Sensor Systems in order to support the ASOS program. However, all proposals received within 10 calendar days after the date of publication of this notice will be considered by the government. 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. In order to be considered, firms must furnish detailed information concerning their capability to provide this product. Interested firms should submit its name, address, point of contact, telephone number, and a brief statement regarding its capability to provide the specified product. Also include the name, telephone number, and point of contact for businesses or other government agency to which it has previously provided the item. Interested firms may identify their interest and capability by sending an email message to karen.l.christian@noaa.gov or fax the information with an email address to telephone number 816-426-7530 ATTN: Karen Christian. The government reserves the right to solicit bids based on receipt of affirmative responses to this notice. The NAICS code for this requirement is 334419. This requirement shall be considered a small business set-aside. All responsible sources may submit a quote which will be considered by the Agency. All contractors doing business with the Central Region Acquisition Division (CRAD) must be registered with the Central Contractor Registry (CCR). The FAR clause 52.212-3 Offeror Representations and Certifications-Commercial Items will be applicable under this requirement. 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://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800) 333-0505.
 
Place of Performance
Address: National Logistics Support Center, 1510 East Bannister Road, Bldg #1, Kansas City, MO
Zip Code: 64131
 
Record
SN00875897-W 20050824/050822211823 (fbodaily.com)
 
Source
FedBizOpps.gov 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.