Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 17, 2009 FBO #2884
SOURCES SOUGHT

Z -- RECOVERYPark Boundary Buoys, To Replace In-Kind with Buoys Lost In Hurricane Omar

Notice Date
10/15/2009
 
Notice Type
Sources Sought
 
Contracting Office
SER - National Park Service Contracting & Property Mgt.100 Alabama St., SW Atlanta GA 30303
 
ZIP Code
30303
 
Solicitation Number
Q5380091135
 
Response Due
10/30/2009
 
Archive Date
10/15/2010
 
Point of Contact
Frances C. Brown Contract Specialist-Contractor 4045075744 frances_c_brown@contractor.nps.gov ;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
TAS:: 14 1035:: TAS RECOVERYCASA PRIM #: The National Park Service intends to award a noncompetitive contract to The Gilman Corporation, under GSA Contract Number: GS-07F-0030M. This procurement is for Boundary Buoys. These buoys will be delivered to Buck Island Reef National Monument; Buck Island Reef National Monument is located at St. Croix, U.S. Virgin Islands. Gilman Corporation is the sole manufacturer of the Ionomer Buoy that meets the US Coast Guard (USCG) specification for private aids to navigation. The USCG recommend The National Park Service use the Ionomer foam unlighted buoys to provide best performance and meet specifications for park boundary private aids and associated ground tackle/moorings. A determination not to compete this proposed contract has been made Pursuant to 41 U.S.C. 253(1), as implemented by 6.302-1, this requirement has been justified and approved in accordance with FAR 6.304. This notice of intent is not a request for competitive proposals. Any interested organization must submit a written statement of their capabilities and qualifications to fulfill this requirement to the identified point of contact as soon as possible, but not later than 10:00 a.m. local time on 10/30/2009. Fax and email statements are acceptable, but the sender bears full responsibility to ensure complete transmission and timely receipt. All inquiries and concerns must be addressed in writing to this facsimile number (404)562-3256 or email address frances_c_brown@contractor.nps.gov Attn: Frances Brown. Any such statement of capabilities and qualifications received by the deadline will be evaluated solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. A determination by the Government not to compete this requirement based upon responses to this notice is solely within the discretion of the Govornment. This acquisition is being accomplished with funding from the AMERICAN RECOVERY AND REINVESTMENT ACT. Contractors that receive awards funded by the Recovery Act must report information on the use of funds per FAR 52.204-11.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q5380091135/listing.html)
 
Place of Performance
Address: Buick Island Reef National Monument21000 Church StreetSt Croix, VI
Zip Code: 0082
 
Record
SN01986290-W 20091017/091015235430-ef2103acbe611840702bacd46b0bc9e9 (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.