Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 03, 2010 FBO #2993
SOLICITATION NOTICE

16 -- AUDIO INTERCOMMUNICATIONS SYSTEM FOR NOAA AOC P-3 AIRCRAFT

Notice Date
2/1/2010
 
Notice Type
Presolicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division-KC, 601 East 12th Street, Room 1756, Kansas City, Missouri, 64106, United States
 
ZIP Code
64106
 
Solicitation Number
WC133M-10-RP-0049
 
Archive Date
2/25/2010
 
Point of Contact
Ronald F Anielak, Phone: 816-426-2115, Donita S. McCullough, Phone: (816)426-7400
 
E-Mail Address
ronald.f.anielak@noaa.gov, donita.s.mccullough@noaa.gov
(ronald.f.anielak@noaa.gov, donita.s.mccullough@noaa.gov)
 
Small Business Set-Aside
N/A
 
Description
This synopsis replaces WC133M-10-RP-0001 posted August 25, 2009. The solicitation number is changed from WC133M-10-RP-0001 to WC133M-10-RP-0049. If you had responded to the previously posted synopsis. You need not submit another request. Your firm has been added to the mailing list to receive the solicitation when issued. This is the synopsis and public notice for acquisitions over $25,000. The U.S. Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), Aircraft Operations Center (AOC), located at MacDill AFB, FL intends to issue a fixed price commercial items contract for an Audio Intercommunication System (AICS) for WP-3 aircraft. The aircraft are based in Tampa, FL at MacDill AFB and operates throughout the United States and its territories. The proposed acquisition is for an AICS for which the Government is seeking contractors who can manufacture a system in accordance with a detailed statement of work. Proposed system shall be a derivative of a proven commercial-off-the shelf or military aircraft AICS with a minimum of 14 crew stations. The solicitation will include an option to purchase additional systems within the next two years. Maximum delivery time is 9 months after contract award. A minimum of 1 year warranty is required. Contractor must provide a repair plan which includes: locations of repair facilities, repair procedures, typical turn-around- time for repair, standard repair costs, and availability of loaner components. The solicitation will be a best value commercial item acquisition conducted under Federal Acquisition Regulation Part 12. The solicitation will be unrestricted for business size open to both large and small businesses. NAICS code is 334511. 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 to supply an ACS. Responses can be faxed to Ron Anielak at (816) 274-6951 or sent via email to Ronald.f.anielak@noaa.gov. All responsible business sources may submit a proposal which will be considered by the agency. DOC, CRAD 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 Dunn & Bradstreet Number. A Dunn & Bradstreet number may be acquired free of charge by contacting Dunn & Bradstreet on-line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800) 333-0505.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/CASC/WC133M-10-RP-0049/listing.html)
 
Place of Performance
Address: contractor's facility, United States
 
Record
SN02054522-W 20100203/100201234930-b5d9b2f73daedd794ffb52b7c502bee8 (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.