SOLICITATION NOTICE
J -- Recalibration of Summit Instruments
- Notice Date
- 4/29/2010
- Notice Type
- Presolicitation
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441, 21983 Bundy Road Unit 7, Patuxent River, Maryland, 20670, United States
- ZIP Code
- 20670
- Solicitation Number
- N00421-10-R-A002
- Archive Date
- 5/29/2010
- Point of Contact
- CECELIA L BRIGHAM, Phone: 3017579733, Melisha Y Proctor, Phone: (301) 757-2610
- E-Mail Address
-
CECELIA.L.BRIGHAM@NAVY.MIL, melisha.proctor@navy.mil
(CECELIA.L.BRIGHAM@NAVY.MIL, melisha.proctor@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- This is not a Request for Proposals. The Naval Air Systems Command, Naval Air Warfare Center, Aircraft Division, has a requirement to procure recalibration of Summit Instruments Six Degree of Freedom telemetry units (6DoF), model numbers: 65210A, 65210ES, and 65210E. The Government intends to negotiate on a sole source basis with Summit Instruments Inc., under the authority of FAR 6.302-1; only one responsible source and no other services and supplies will satisfy the agency's requirement. Summit Instruments Inc., 2236 N. Cleveland Massilllon Rd., Akron, Ohio 44333-1255, has the proprietary rights to their equipment and is the only source who can provide these services. This notice of intent is not a request for a competitive proposal. This requirement is being procured under FSC code J052, and NAICS code 541990, with size standard of $7 Million. However, interested parties may submit a capability statement of no more than ten (10) one-sided, 8.5x11 inch pages in length with font no smaller than 10 point, demonstrating ability to perform the services listed in this Technical Description and draft PBSOW. Capability statements shall also address the following questions: 1.) What type of work has your company performed in the past in support of the same or similar requirement? 2.) Can your company or has your company managed a task of this nature? If so, please provide details. 3.) What specific technical skills does your company posses which ensure your company's capability to perform the task? 4.) Respondents to this notice also must indicate whether they are large business or qualify as a Small Business (SB), Small Disadvantaged Business (SDB), Women-Owned Small Business (WOSB), HUBZone Small Business (HUBZone), Veteran-Owned Small Business (VOSB), or Service-Disabled Veteran Owned Small Business (SDVOSB) Concern. All capability statements received in response to this notice must be received by 2:00 Eastern Standard Time on 05/14/2010 and will be considered by the Government for the purpose of determining whether to initiate a competitive procurement. The Government reserves the right to process this procurement as a sole source based on the response received. NOTE: DFARS 252-204-7004 Alt A "Required Central Contractor Registration" applies to all solicitations. Lack of registration in CCR database will make an offeror ineligible for award. The government will not pay for any information received. For information regarding this announcement, contact Cecelia L. Brigham, Code 251716 via phone (301)757-9733 or by email at cecelia.l.brigham@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/N00421-10-R-A002/listing.html)
- Place of Performance
- Address: 2236 N. Cleveland-Massillon Rd, Akron, Ohio, 44333, United States
- Zip Code: 44333
- Zip Code: 44333
- Record
- SN02136597-W 20100501/100429235536-b4bfc7751ae4d920023db29ec4a10dff (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 |