Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 29, 2014 FBO #4600
SOURCES SOUGHT

J -- repair of the following equipment sent to International MET Systems, Inc.: 1 each ASSEMBLY, HELIX, INTERMET PN: J700-41135-10, ASN: J700-1A1A2A2 and 8 each SLIP RING ASSEMBLY INTERMET PN: J700-41062, ASN: J700-1A2A4.

Notice Date
6/27/2014
 
Notice Type
Sources Sought
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division-KC, 601 East 12th Street, Room 1756, Kansas City, Missouri, 64106, United States
 
ZIP Code
64106
 
Solicitation Number
NWWG9160-14-187-188
 
Archive Date
7/22/2014
 
Point of Contact
Adrian M. Hall, Phone: 8169263217
 
E-Mail Address
adrian.hall@noaa.gov
(adrian.hall@noaa.gov)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought. The U.S. Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), National Weather Service (NWS), National Reconditioning Center (NRC) intends to modify purchase order WE-133W-14-SE-2680 to authorize the repair of the following equipment sent to International MET Systems, Inc.: 1 each ASSEMBLY, HELIX, INTERMET PN: J700-41135-10, ASN: J700-1A1A2A2 and 8 each SLIP RING ASSEMBLY INTERMET PN: J700-41062, ASN: J700-1A2A4. The intended acquisition is for repair service to furnish labor and material to place in like new operating condition and good appearance to meet the original manufacturer's specifications and/or tolerances of the equipment listed above. After repair, if the equipment does not meet these conditions, it will be returned to the vendor for rework at no additional cost to the government. The intended acquisition is for conversion and repair services for which the Government intends to acquire from one source under the authority of 13.106-1(b), Soliciting from a Single Source. The only known source is International MET Systems, Inc., Grand Rapids, MI. This is not a request for proposals and there is no solicitation available at this time. The Government reserves the right to solicit bids based on receipt of affirmative responses to this notice or issue a purchase order to International MET Systems, Inc. whichever is determined to be more advantageous to the Government, without further notice. A determination by the Government not to compete this proposed contract based upon 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 for this requirement and future repairs. In order to be considered, firms must furnish detailed information concerning their capability to repair the equipment and be able to provide the exact repair service described herein. This acquisition is being processed under the procedures of Federal Acquisition Regulation (FAR) Part 13, Simplified Acquisition Procedures. Interested firms should submit its name, address, point of contact, telephone number and a brief statement regarding its capability to repair the specified equipment. Also include the name, telephone number and point of contact for businesses or other Government agency to which it has previously repaired the item. Firms must respond to this announcement within ten (10) calendar days of its publication. All responses must be in writing and may be mailed to the National Reconditioning Center, ATTN: Adrian M. Hall, 1520 East Bannister Road, Kansas City, Missouri 64131 or sent to the email address adrian.hall@noaa.gov. All responsible sources may submit a quote which will be considered by the Agency. The quote shall include the repair and calibration cost for each piece of equipment, returns shipping, if applicable, and estimated turn around time. The NAICS code for this requirement is 334519. All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database. For information and to register, please access the following website: http://www.sam.gov/. In order to register with the SAM, offerors must have a Dun & Bradstreet number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at http://fedgov.dnb.com/webform or by phone at (800) 333-0505.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/CASC/NWWG9160-14-187-188/listing.html)
 
Place of Performance
Address: Vendors location, United States
 
Record
SN03409421-W 20140629/140627235320-498cc38e429aeae198d529345f84e4bb (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.