SPECIAL NOTICE
70 -- Spare Modules and Parts of the IMUX Digital Recorder
- Notice Date
- 8/15/2008
- Notice Type
- Special Notice
- NAICS
- 334119
— Other Computer Peripheral Equipment Manufacturing
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office, SSMC4 - Room 7601/OFA61, 1305 East West Highway, 7th Floor, Silver Spring, Maryland, 20910
- ZIP Code
- 20910
- Solicitation Number
- DG133E-08-RW-0874
- Archive Date
- 8/28/2008
- Point of Contact
- Pamala Millbrook-Young,, Phone: 301-713-3478 ext 174
- E-Mail Address
-
pamala.millbrook-young@noaa.gov
- Small Business Set-Aside
- N/A
- Description
- Reference: DG133E-08-RQ-0874 DOC/NOAA/NESDIS Acquisition Management Division intends to solicit and negotiate with only one source under the authority of FAR 13.106-1(b) and FAR Subpart 6.302.1, Other Than Full and Open Competition U.S.C. 253(c)(1)Only one responsible source and no other supplies or services shall satisfy the agency requirements. The proposed source is AVTEC SYSTEMS, INC, Chantilly, VA. The item are being purchased to procure operationally needed Programmable Telemetry Processor recorder (PTPr) spare modules and spare parts for the NOAA/NESDIS 13-meter antenna system at the Wallops and Fairbanks CDA stations. Avtec was awarded the IMUX digital recorder replacement contract in September of 2007 (reference DG133E-07-NC-0619). The IMUX replacement systems (PTPr)are currently being deployed at the Wallops, VA and Fairbanks, AK CDA stations. To ensure continued support and maintenance of the PTPr at the remote CDA stations, on-hand critical spare modules and spare parts are required to meet real-time mission requirements. Avtec designed the PTPr and has unique working knowledge of its operation. They also own the software/firmware intellectual rights and proprietary knowledge of the LUNA module; which is the main telemetry processing component of the PTPr. The items being purchased are as follows: 1. Western Digital 750 GB, 3 Gb/s, 16 MB Cache,7200 RPMSATA Drive, Part number WD7500AAKS - Qty 10 ea 2. Western Digital 36.7GB SATA Drive, 10K RPM, 16MB Cache, Part number WD360ADFD - Qty 10 ea 3. Single Board Computer Technoland TL I875PP4 CPU 1GB NIC, 2-DDR/266-333 Memory Slots, Integrated IDE & I/O, 64MB VGA, P4,2.8GHz processor, 2 512MB DDR SDRAM ECC, Part number SBC8500LL-ASSY - Qty 4 ea 4. LiteOn Internal double-layer DVD+/-RW drive,18X DVD+, Part number LH-18A1P186C, - Qty 4 ea 5. Power supply for Portwell chassis, Zippy 500WATX-12V Dual Redundant Power Supply, Part number MRG-6500P - Qty 8 ea 6. RPC-520FT Fan Replacement kit, Part number 520-FAN-KIT - Qty 10 ea 7. Avtec CCA, LUNA board (monarch replacement), Part number PCI-6750 - Qty 10 ea The Government intent is to procure yearly a software maintenance updated. This procurement action accomplishes this requirement. Offerors who believe they can meet this requirement are to submit in writing an affirmative response. The National Industry Classification systems (NAICS) code is 334119, and the size standard is 1000 employees. No written solicitation will be issued. All written responses must include a written narrative statement of capability, including detailed technical information demonstrating their ability to meet the above requirements. The response must be sufficient to permit agency analysis to establish a bonafide capability to meet the requirements. Failure to submit such documentation shall result in the Government proceeding as stated above. A determination by the Government not to open the requirement to competition based upon responses to this notice is solely within the discretion of the Government. Affirmative written responses must be received no later than 15 days after publication of this synopsis. Proposal submissions must be submitted to the following contact person in acquisitions. Any questions must be submitted in writing ONLY to: Pamala Millbrook-Young, Pamala.millbrook-young@noaa.gov, and Tel: 1-301-713-3478 ext. 174. If e-mail is unavailable, materials may be faxed to 1-301-713-4155. Reference No. DG133E-08-RQ-0874.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=10b866b61dcc2b5336505dbec8eb2a15&tab=core&_cview=1)
- Place of Performance
- Address: 4231 Suitland Rd, Suitland, Maryland, 20746, United States
- Zip Code: 20746
- Zip Code: 20746
- Record
- SN01642106-W 20080817/080815224941-10b866b61dcc2b5336505dbec8eb2a15 (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 |