Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 13, 2006 FBO #1690
SOURCES SOUGHT

16 -- PROVIDE THE UPGRADE OFLN-100 RINU INERTIAL TO LN-100 RINU-G

Notice Date
7/11/2006
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument 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
NAAN6000601342CMM
 
Response Due
7/26/2006
 
Archive Date
8/10/2006
 
Description
The U.S. Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), Aircraft Operations Center (AOC), located in MacDill AFB, FL, intends to establish a fixed price purchase order for the purchase of the upgrade of LN-100 RINU Inertial to LN-100 RINU-G on a sole source basis from Litton Systems Inc., Woodland Hills, CA, based on the following reasons: 1) AOC operates three P-3 Orion Aircraft, LN-100 RINU-G Inertial Reference Units (IRUs) have been acquired for two of these aircraft, the third aircraft is currently equipped with LN-100 RINU-G IRUs, which require hardware and software upgrades to become LN-100 RINU-G IRUs; 2) The design of the LN-100 RINU-G is proprietary to Northrop Grumman / Litton Systems, Inc; 3) Northrop Grumman / Litton Systems, Inc. is the only known source capable of providing the required IRU modification. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. Interested parties may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive responses. However, all responses received within fifteen days after date of publication of this synopsis will be considered by the Government. Responses can be faxed to Carey Marlow at (816) 274-6923. 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. All responsible sources may submit a proposal which shall be considered by the agency. Interested firms shall include, in writing, the company name, address, point of contact, telephone number, and business size; a statement regarding their capabilities and qualifications; and any additional supporting literature. Submissions received in response to this notice shall be evaluated based on the following criteria: 1) Demonstrated technical ability to successfully provide the required equipment. The applicable NAICS code is 334511. DOC, CASC requires that all contractors doing business with this office be registered with the Central Contractor Registry (CCR). No award can be made to a company not registered in CCR. For additional information and to register in CCR, please access the following web site: http://www.ccr.gov. In order to register, all offerors must have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800) 333-0505.
 
Place of Performance
Address: NOAA AIRCRAFT OPERATIONS CENTER, 7917 HANGER LOOP DRIVE, HANGER #5, MACDILL AFB, FL 33608
Zip Code: 33608
Country: UNITED STATES
 
Record
SN01086245-W 20060713/060711220258 (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.