Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 11, 2009 FBO #2754
SOLICITATION NOTICE

52 -- One (1) BLSCOM-900, Large Aperture Scintillometer, BLS900, 500m to 5Km; two (2) SLSTRP-018, Instrumentation Tripods, Standard Height, 1.8m

Notice Date
6/9/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, US Army CECOM Contracting Center-Washington, US Army CECOM Contracting Center-Washington, ATTN: AMSEL-AC-W, 2461 Eisenhower Avenue, Alexandria, VA 22331-0700
 
ZIP Code
22331-0700
 
Solicitation Number
W909MY09T0032
 
Response Due
6/19/2009
 
Archive Date
8/18/2009
 
Point of Contact
MARY ROEBUCK, (703)325-3712<br />
 
E-Mail Address
US Army CECOM Contracting Center-Washington
(mary.roebuck@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Contracting Command, CECOM Contracting Center-Washington intends to award, on a sole source basis to Scintec Corporation, a Puchase Order on a firm-fixed price basis for the following equipment: one (1) BLSCOM-900, Large Aperture Scintillometer, BLS900, 500m to 5Km, includes: transmitter, receiver, positioning device, SPU, BLSRUN software, aluminum transport case and direct met-data input with temperature and pressure sensor; two (2) SLSTRP-018, Instrumentation Tripods, Standard Height, 1.8m. Price to include shipping. It has been determined that Scintech Corporation is the Only One Responsible Source, and no other supplies or services will satisfy Agency requirements. All responsible sources that provide supporting data to demonstrate they can successfully provide the required large aperture scintillometer and instrumentation tripods may submit a quote to be considered. All responses should be received via email within ten (10) calendar days of the date of this notice at 2:00 PM local time. The anticipated award date is fifteen (15) days from the closing date of this notice. Place of Performance: NVESD, Ft. A. P. Hill, Bowling Green, VA 22427. Award will be made IAW Simplified Acquisition Procedures. All Offerors must be registered with the Central Contractor Registration in accordance with FAR 52.204-7 and DFAR 252.204-7004. In addition, all offerors must complete the Certifications and Representations as set forth in FAR 52.212-3. This can be accomplished through the following website: https://orca.bpn.gov. This a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6. This announcement constitutes the only solicitation; a written solicitation will not be issued. All requests for information must be made by e-mail to Mary Roebuck, Contract Specialist, at mary.roebuck@us.army.mil or Danny Lester, Contracting Officer, at danny.lester@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMC/DAAB15/W909MY09T0032/listing.html)
 
Place of Performance
Address: US Army CECOM Contracting Command, Contracting Center-Washington ATTN: CCCE-CW-TD, 2461 Eisenhower Avenue Alexandria VA<br />
Zip Code: 22331-0700<br />
 
Record
SN01839757-W 20090611/090609235222-b32b4d4a4810081efc3a7a33ad8805d9 (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.