Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 24, 2007 FBO #2097
MODIFICATION

66 -- Vessel-launched eXpendable Bathy Thermograph (XBT) Probes

Notice Date
8/22/2007
 
Notice Type
Modification
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office, SSMC4 - Room 7601/OFA61 1305 East West Highway, 7th Floor, Silver Spring, MD, 20910, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-NRMAD000-7-18800
 
Response Due
8/23/2007
 
Archive Date
9/7/2007
 
Description
The following is being modified to: increase quantities for the Deep Blue XBT probes from 7,380 to 8,352. Correct the P/N from #300686-7 to #300686-1 for the Deep Blue XBT probes, and specify the length of cabling to accompany seven hand launchers (#213550-1) as 100 feet. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Parts 12 and 13 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a request for quotation and is solicited under full and open competition. The NAICS code is 334519. The Department of Commerce/NOAA's Atlantic Oceanographic and Meteorological Laboratory (AOML) located in Miami Florida is in need of 8,352 Deep Blue XBT probes (#300686-1); 396 Fast Deep XBT probes (#211105-2); seven hand launchers (#213550-1)including 100' of cable; three MK21/USB recording systems (#352101-1); and five hand launch repair kits (#306937-1) including 19" rack-mount hardware. These items must be compatible with all variants of Lockheed Martin Sippican expendable probes and launchers. All references to part names and part numbers are for insight. The names and numbers were developed by the incumbent contractor. Parts that meet the specifications (including depth, accuracy and launch speed) are acceptable and may have different names and numbers. The resulting purchase order shall be negotiated on a firm-fixed price. The award shall be made on a best value basis. Best value evaluation factors include the following: 1) Technical Approach - The likelihood of effectively meeting the requirements; 2) Past Performance - The relevance and quality of prior performance; and 3) Price - The amount, realism and consistency of the evaluated price. The evaluation shall be based on use of the adjectival scheme as follows: Outstanding (O) - Conspicuously striking in eminence; Good (G) - Beneficial and worthwhile; sound and valid; Adequate (A) - Reasonably sufficient and suitable; Marginal (M) - Minimally suitable at the lower limit. The solicitation document and incorporated clauses are those in effect through Federal Acquisition Circular Number 2005-18. The provisions and clauses may be downloaded at http://www.arnet.gov/far. The following provisions and clauses shall apply to this solicitation: FAR 52.212-l, Instructions to Offerors - Commercial, applies to this acquisition and there is no addenda to this provision; FAR 52.212-2, Evaluation - Commercial Items. The Government shall award a purchase order resulting from this solicitation to the responsible offeror conforming to the solicitation which will be most advantageous to the Government, price and other factors considered. FAR 52-212-3, Offeror Representations and Certifications - Commercial Items, applies to this acquisition and there is no addenda to this provision; FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition and there is no addenda to this provision; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. All interested contractors must be actively registered in the Central Contractor Registration (CCR) at the CCR website (www.ccr.gov). These supplies will be acquired using simplified acquisition procedures, FAR Parts 12 and 13, as supplemented with additional information in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. All responsible sources may respond to this combined synopsis/solicitation with a quotation addressed to Robin Prather, NOAA Acquisition Division, 1305 East West Highway, Room 7146, Silver Spring MD 20910, to be received no later than 1:00 p.m., August 23, 2007. Responses may be faxed to 301-713-0806 or emailed to Robin.Prather@noaa.gov. Responses must be no more than 10 pages. The Government reserves the right to make a single award, multiple awards, or no award as a result of this RFQ. It is the responsibility of the contractor to confirm NOAA's receipt of quote.
 
Place of Performance
Address: 4301 Rickenbacker Causeway, Miami FL
Zip Code: 33149
Country: UNITED STATES
 
Record
SN01380779-W 20070824/070822220532 (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.