Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 22, 2017 FBO #5629
SOLICITATION NOTICE

16 -- modification to Operator Control UN - SOW - J&A

Notice Date
4/20/2017
 
Notice Type
Justification and Approval (J&A)
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Aviation Logistics Center, MRS, SRR, MRR, LRS, ESD, IOD, ISD, or ALD, Elizabeth City, North Carolina, 27909-5001, United States
 
ZIP Code
27909-5001
 
Solicitation Number
HSCG38-17-Q-300029
 
Archive Date
6/4/2017
 
Point of Contact
Deborah J. Glass, Phone: 252-384-7184
 
E-Mail Address
deborah.j.glass@uscg.mil
(deborah.j.glass@uscg.mil)
 
Small Business Set-Aside
N/A
 
Award Number
HSCG38-17-P-300131
 
Award Date
5/5/2017
 
Description
Redacted J&A Statement of Work HSCG38-17-Q-300029 This notice is prepared in accordance with (IAW) FAR 5.207 and is not a request for quote (RFQ). RFQ number HSCG38-17-Q-300029 is assigned for tracking purposes only. This is a notice of the Government’s intent to award one (1) order with firm-fixed prices to the Original Equipment Manufacturer (OEM), L-3 WESCAM of Ontario Canada on a sole source basis for the modification of Operator Control UN from P/N: 40980-09 to P/N: 40980-04 and NSN: 5963-01-HS1-5041 to NSN: 5998-01-HS1-6761, two (2) each. The Operator Control UN is a commercial item IAW FAR 2.101 and is used on the Coast Guard’s HC-130H aircraft. Period of Performance will begin at award through delivery. Set Aside: Pursuant to FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services will Satisfy Agency Requirements, under the authority of the Competition in Contracting Act (CICA), 41 U.S.C 2304(d)(1)(B). The Contracting Officer has determined that there is not a reasonable expectation of obtaining offers from two or more responsible small business concerns; therefore the small business set-aside is dissolved. This requirement is unrestricted. All responsible sources may submit a capability statement or quotation which will be considered by the agency. Interested parties are advised that the minimum qualifying standard for technical acceptability is the possession of an OEM license to perform the work. Anticipated date of award: On or about Feb. 13, 2017
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGARSC/HSCG38-17-Q-300029/listing.html)
 
Place of Performance
Address: Burlington, Ontario, L7P5B9, Canada
 
Record
SN04480183-W 20170422/170421000044-2744f32c9a655b8b6f91125f2853917c (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  © 1994-2020, Loren Data Corp.