Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 25, 2014 FBO #4626
SOURCES SOUGHT

17 -- Boom Lift Aerial Work Platform

Notice Date
7/23/2014
 
Notice Type
Sources Sought
 
NAICS
333120 — Construction Machinery 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
NMAN6000-14-01426
 
Archive Date
8/14/2014
 
Point of Contact
James D. Moore, Phone: 8164267172, Steven M. Prado, Phone: 816-426-7454
 
E-Mail Address
james.d.moore@noaa.gov, Steven.M.Prado@noaa.gov
(james.d.moore@noaa.gov, Steven.M.Prado@noaa.gov)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Justification: 40’ Articulating Boom Lift The National Oceanic and Atmospheric Administration’s (NOAA), Aircraft Operations Center (AOC) intends to purchase a quantity of one (1) 40’ Articulating Boom Lift from JLG Industries, Inc. located in McConnellsburg, PA 17233 to provide a aerial work platform for servicing AOC aircraft. JLG Industries, Inc. has been identified as the only known source that can provide the needed items as specified below that will also meet the Government’s intended use. The requested item (see information below) is manufactured solely by JLG Industries, Inc. and the only known qualified source of this part due the continuing effort by the AOC to standardize equipment and provide continuation of training for employees on JLG Industries boom lifts. Any attempt to reproduce this item from a source other than JLG Industries, Inc. would require that the Government re-qualify the item at considerable cost to the Government whose cost savings could not be recovered using open competition. If the AOC cannot procure the needed boom lift, it will have a negative impact on the AOC’s ability to continue standardizing equipment and will necessitate employees being re-trained at considerable time and expense to the government. The requirements for the items are as follows: Electric Boom Lift Aerial Work Platform o Quantity of 1 o JLG Industries Model: E400AJPN o 40’ Reach, 59” Base Width o 500 lb. capacity o Including Aircraft Padding Protection Package All items shall be delivered to the U.S. Department of Commerce/NOAA, Aircraft Operations Center (AOC), located at 7917 Hangar LOP DR Hang #5, MacDill AFB, FL 33621-5401 The Government is not aware of any other vendors that can provide these specialized pieces of equipment while also meeting all of the requirements listed above. The intended procurement is for the purchase a quantity of one (1) 40’ Articulating Boom Lift which the Government intends to acquire under the guidelines of FAR Part 13, Simplified Acquisitions Procedures. The Government intends to solicit and negotiate with the only known source (JLG Industries, Inc.) under the authority of FAR 13.106-1(b)(1)(i). All proposals received prior to the close of this notice will be considered by the Government. However, this is not a request for proposals and there is no solicitation available at this time. The Government reserves the right to solicit quotes based on the receipt of affirmative responses to this notice or issue a purchase order to JLG Industries, 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. In order to be considered, firms must furnish detailed information concerning their capability to provide the needed boom lift. Interested firms should submit its name, address, point of contact, telephone number, and a brief statement regarding its capability to provide the boom lift that provides the same form, fit and function as the boom lift specified above. Any responses that provide for a boom lift other than that specified must be accompanied by descriptive literature and show it meets the same form, fit and function. Please include the name, telephone number, and point of contact for businesses or other Government agencies to which your company has previously provided the proposed boom lift. Offerors may send their proposal via email only to james.d.moore@noaa.gov. The NAICS code for this requirement is 333120. All responsible sources may submit requested information which will be considered by the Agency. All contractors doing business with this Contracting Office (Eastern Region Acquisition - Kansas City Division) must be registered with the System for Award Management (SAM) website. Vendors can register with SAM at the following website https://www.sam.gov/
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/CASC/NMAN6000-14-01426/listing.html)
 
Place of Performance
Address: U.S. Department of Commerce/NOAA, Aircraft Operations Center (AOC), 7917 Hangar Loop Dr., Hanger #5, MacDill AFB, Florida, 33621-5401, United States
Zip Code: 33621-5401
 
Record
SN03434785-W 20140725/140723235255-93dd70436763aad755823e57e8bd1128 (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.