Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 05, 2017 FBO #5826
SPECIAL NOTICE

20 -- TRANSDUCERS AND OTHER EQUIPMENT

Notice Date
11/3/2017
 
Notice Type
Special Notice
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Acquisition Division - Seattle, 7600 Sand Point Way, Northeast, Seattle, Washington, 98115-6349, United States
 
ZIP Code
98115-6349
 
Solicitation Number
AB-133F-17-RQ-0896
 
Point of Contact
MICHAEL DRUMMOND, Phone: N/A
 
E-Mail Address
MICHAEL.DRUMMOND@NOAA.GOV
(MICHAEL.DRUMMOND@NOAA.GOV)
 
Small Business Set-Aside
N/A
 
Description
NOTICE OF INTENT TO NEGOTIATE A SOLE-SOURCE CONTRACT ****PLEASE NOTE THAT NO CALLS WILL BE ACCEPTED REGARDING THIS NOTICE. ANY INQUIRIES MUST BE SUBMITTED ELECTRONICALLY TO MICHAEL DRUMMOND, CONTRACT SPECIALIST, AT MICHAEL.DRUMMOND@NOAA.GOV **** National Oceanic and Atmospheric Administration (NOAA), National Marine Fisheries Service (NMFS), hereby gives public notice of the intent to negotiate a sole-source, five-year Indefinite Delivery / Indefinite Quantity (IDIQ) contract pursuant to the statutory authority permitting other than full and open competition for brand-name equipment under 15 U.S.C. § 637(h) Award of Contracts; Procedures Other Than Competitive One; Exceptions, as implemented by the Federal Acquisition Regulation (FAR), Subpart 6.302-1(c)(1), which allows for "an acquisition or portion of an acquisition that uses a brand-name description or other purchase description to specify a particular brand-name, product, or feature of a product, peculiar to one manufacturer." NOAA's NMFS is responsible for the stewardship of the nation's ocean resources and their habitat. It provides vital services for the nation: productive and sustainable fisheries, safe sources of seafood, the recovery and conservation of protected resources, and healthy ecosystems --- all backed by sound science and an ecosystem-based approach to management. The equipment to be purchased serves NMFS's missions by providing acoustic technology, which is only available through Kongsberg Underwater Technologies, Inc. (Kongsberg). Their equipment includes unique acoustic technology which is used for fish surveys and stock assessments. Kongsberg is the industry standard for acoustic surveying and assessment equipment and it is used by NOAA on all its vessels, by other Government entities, and by many international scientific collaborating organizations around the world. Some of the equipment to be purchased from Kongsberg will include, but not be limited to, the following: Wide Band Autonomous Transceivers (WBAT); WBAT deployment batteries; ES70-18CD and ES333-7CD split-beam, composite, depth rated transducers; split-beam, Depth Rated composite transducers compatible with WBAT; WBAT Test battery; WBAT Test Battery charger; Wide Band Transceivers (WBT); and second frequency licensing for WBT. The IDIQ will be for five years because NMFS needs Kongsberg equipment not only today but well into the future. The IDIQ will eliminate the time and expense of having to award multiple separate contracts. In addition, NMFS will obtain the benefits of Kongsberg's evolving technology over time as it develops more advanced products. Small Business Act 15 U.S.C. § 637(h) and FAR Subpart 6.302-1(c)(1) establish the authority whereby an agency may issue a sole-source award. Responses to this notice must be provided within fifteen (15) calendar days from the date of this notice. Vendors who believe they can meet this requirement are required to submit, in writing, an affirmative response demonstrating a comprehensive understanding of the requirement. All written responses must include proof of possessing permits and a written narrative statement of capability, including detailed technical information, demonstrating their ability to meet the requirement. The response must be sufficient to permit agency analysis to establish a bona fide capability to meet the requirement. Failure to submit such documentation will result in the Government proceeding as previously stated. A determination by the Government not to open the requirement to competition based upon responses to this notice is solely within the discretion of the Government. Affirmative written responses must be received no later than 8:00 AM (Pacific), Monday, November 20, 2017. The responses must be submitted via e-mail to Michael Drummond, Contract Specialist, at michael.drummond@noaa.gov, or via hard copy to U.S. Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Acquisition Division, Western Regional Center, Building 1, 7600 Sand Point Way NE, Seattle, WA 98115. NOTHING HEREIN SHOULD BE MISCONSTRUED AS A REQUEST FOR COMPETITIVE PROPOSALS, QUOTES OR BIDS. NO SOLICITATION DOCUMENTATION IS AVAILABLE OR WILL BE ISSUED. The National Industry Classification Systems ( NAICS ) Code is 334513, and the size standard is 750 Employees. The provisions and clauses to be incorporated in any solicitation and proposed Firm-Fixed-Price contract shall be those currently in effect through Federal Acquisition Circular 2005-95, effective January 13, 2017.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/WASC/AB-133F-17-RQ-0896/listing.html)
 
Place of Performance
Address: NOAA, National Marine Fisheries Service, Western Regional Center, 7600 Sand Point Way NE, Seattle, Washington, 98115-6349, United States
Zip Code: 98115-6349
 
Record
SN04730986-W 20171105/171103230625-eb246390ce51134783c125116aba2ff4 (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.