Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 14, 2023 SAM #7899
SPECIAL NOTICE

J -- Notice of Intent to Sole Source- Repair for Hydrographic Survey Equipment, USACE Chicago District

Notice Date
7/12/2023 6:51:33 PM
 
Notice Type
Special Notice
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
W072 ENDIST CHICAGO CHICAGO IL 60604-1437 USA
 
ZIP Code
60604-1437
 
Solicitation Number
W912P623P0014
 
Response Due
7/18/2023 2:00:00 PM
 
Archive Date
08/02/2023
 
Point of Contact
Natalie Williams, Miriaha D. Sigmon, Phone: 5023156852
 
E-Mail Address
natalie.e.williams@usace.army.mil, miriaha.d.sigmon@usace.army.mil
(natalie.e.williams@usace.army.mil, miriaha.d.sigmon@usace.army.mil)
 
Description
Notice of Intent to Sole Source for Repairs for hydrographic Survey Equipment. This synopsis is hereby issued in accordance with FAR Part 5.201. The purpose of this synopsis is to announce the U.S. Army Corps of Engineers Chicago District intends to award a Firm-Fixed- Price purchase order on a noncompetitive basis to Teledyne Reason Inc. (CAGE: 0SA01) at 1049 Camino Dos Rios, Thousand Oaks, California 91360-2362. This requirement is for the following: The U.S. Army Corps of Engineers (USACE)- Chicago District requires repair of hydrographic survey equipment. The Contractor shall replace any damaged or inoperable components, perform all necessary software updates, and perform all subsequent performance testing such that the hydrographic survey equipment identified in this scope of work is returned to a fully functional status. Period of Performance- 30 Days to complete repairs. The Government intends to negotiate solely with �Teledyne Reason Inc. under the authority of FAR 13.106-1(b), Only One Source being reasonably available to meet the Government�s needs. Far Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures, apply. The North American Industrial Classification System (NAICS) Code will be 334511, the size standard will be 1,350 employees and the Product Service Code (PSC) will be J066. Please be advised the aforementioned information is anticipatory in nature and is not binding. THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE QUOTES and no solicitation will be issued; however, any responsible source believing that it can fulfill the requirement may be considered by the agency. Interested parties may identify their interest and capabilities in response to this synopsis and must clearly show the firm�s ability to be responsive without compromising the quality, accuracy, and reliability of services provided. A determination by the Government not to compete the proposal contract based upon responses to this notice is solely within the discretion of the Government. All Correspondence in conjunction with this notice shall be submitted via e-mail only to the Government points of contact (POC) identified below by 4PM Central Time on July 18, 2023. All responding vendors must be registered to the System for Award Management (SAM). Information can be found at https://sam.gov. Complete SAM registration means a registered DUNS and CAGE code numbers. Primary POC: Natalie E. Williams, Contract Specialist, Email: Natalie.E.Williams@usace.army.mil Secondary POC: Miriaha D. Sigmon, Contracting Officer, Email: Miriaha.D.Sigmon@usace.army.mil Contracting Office: U.S. Army Corps of Engineers, Chicago District, 231 South LaSalle Street, Suite 1500, Chicago, IL 60604-1437.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b6a957cdb8d843b6abe28ca7690e350e/view)
 
Place of Performance
Address: DNK
Country: DNK
 
Record
SN06745216-F 20230714/230712230039 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.