Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 04, 2017 FBO #5733
SPECIAL NOTICE

69 -- SP900 Simulation Probe Pak

Notice Date
8/2/2017
 
Notice Type
Special Notice
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, Preparedness Branch, Office of Acquisition Management, 16825 South Seton Avenue, Emmitsburg, Maryland, 21727, United States
 
ZIP Code
21727
 
Solicitation Number
WX04030Y2017T
 
Archive Date
9/1/2017
 
Point of Contact
James D. Suerdieck, Phone: 301-447-7244, Gary Patrick Topper, Phone: 301-447-7280
 
E-Mail Address
james.suerdieck@fema.dhs.gov, gary.topper@fema.dhs.gov
(james.suerdieck@fema.dhs.gov, gary.topper@fema.dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
The Federal Emergency Management Agency intends to negotiate on a sole source basis (IAW FAR 13) with Teletrix Corporation, 2000 Golden Mile Hwy, Suite C, Pittsburgh, PA 15239, as the only responsible source that can provide simulated radiation probe paks to the Center for Domestic Preparedness (CDP), Anniston, AL. Specifically, the contractor shall provide six (6) SP900 Series Probe Pak sets, including carrying case and 2 year extended warranty, to CDP. Teletrix is the only manufacturer and authorized distributor of the SP900 series probe pak. The SP900 series probe pak is the only radiation dosimeter and scaler/rate meter that produces radio frequency-controlled, radiation simulation device that works in conjunction with actual, real world radiation detection survey meters and associated detection probes in the commercial marketplace. In addition, the SP900 series probe pak is the only system that works in conjunction with existing Ludlum equipment in a manner that satisfies the training environment. The use of any other product or equipment would result in the substantial duplication of cost to the Government. This acquisition is being conducted under simplified acquisition procedures (IAW FAR 13). There are no set-aside restrictions for this requirement. The intended procurement will be classified under North American Industry Classification System (NAICS) 334519 with a Small Business Size Standard of 500 employees. This notice of intent is not a request for competitive proposals and no solicitation document exists for this requirement. However, parties interested in responding to this notice will need to submit technical data, sufficient to determine capability in providing the same product. All capability statements received within 15 days after publication of this synopsis will be considered by the Government. A determination by the Government not to compete based on 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. Capability statements shall be submitted by email only as a MS Word or Adobe PDF attachment to James Suerdieck at james.suerdieck@fema.dhs.gov. Statements are due by 4:00 PM EST, 17 AUG 2017. No phone calls accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/NETC/WX04030Y2017T/listing.html)
 
Place of Performance
Address: 61 Responder Drive, Anniston, Alabama, 36205, United States
Zip Code: 36205
 
Record
SN04608505-W 20170804/170802231740-8b1626a8661edf6658de58720374b8ef (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.