SPECIAL NOTICE
J -- Teledyne ADCP Transducer Repair
- Notice Date
- 7/2/2018
- Notice Type
- Special Notice
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Office of Marine and Aviation Operations, SSMC3 - Room 10350/NMAO2, 1315 East West Highway, 10th Floor, Silver Spring, Maryland, 20910, United States
- ZIP Code
- 20910
- Solicitation Number
- NMAN7200-18-01764
- Archive Date
- 7/26/2018
- Point of Contact
- Christopher Baker,
- E-Mail Address
-
Christopher.Baker@noaa.gov
(Christopher.Baker@noaa.gov)
- Small Business Set-Aside
- N/A
- Description
- NOTICE OF INTENT TO NEGOTIATE A SOLE-SOURCE CONTRACT The US Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), Office of Marine and Aviation Operations (OMAO), NOAA Marine Operation Center - Pacific, Requesting a Service Technician to repair and service several Teledyne Transducers. The government intends to negotiate a sole-source contract with Teledyne Instruments Inc., 14020 Stowe Drive, Poway, CA, 92064-6846. Open and Inspect was performed by Teledyne Instruments Inc., the Original Equipment Manufacturer (OEM).This requirement will be to Contract for the repairs of the items mentioned below. The following summarizes the required items necessary to fulfill this procurement request: 1)Per the Level 1 Service Report of conditions found and recommended repair actions against RMA 091483; replace defective parts and complete refurbishment of P/N 71A-1029-00 OS75 Transducer S/N 2062. Perform an in-water final acceptance test to verify full performance per manufacturer specification; provi1de copy of completed test results to NOAA with the transducer. 2)In conjunction with RMA 095746, clean the transducer and perform an OO/OS Level 1 Service assessment of P/N 71A-1029-00 OS75 Transducer S/N undiscernible and P/N 71A-2010-02 Electronics Chassis S/N 1508 and interconnecting cable. Provide a Level 1 Service Report of conditions found, recommended replacement parts/materials, and a quote to complete repairs. 3)In conjunction with RMA 095748, clean the transducer and perform an OO/OS Level 1 Service assessment of P/N 71A-1029-00 OS75 Transducer S/N 2129 and P/N 71A-2010-02 Electronics Chassis S/N 1009 and interconnecting cable. Provide a Level 1 Service Report of conditions found, recommended replacement parts/materials, and a quote to complete repairs. In conjunction with RMA 095749, RMA 095749, and RMA 095749 perform an OO/OS Level 1 Service assessment of P/N 71A-2010-02 Electronics Chassis S/N 1021, S/N 10656 and S/N 1706 respectively. Provide a Level 1 Service Report of conditions found, recommended replacement parts/materials, and a quote to complete repairs. The Government is not aware of any other vendors that can provide this specialized service while also meeting all of the requirements listed above. The intended procurement is The scope of this work is for the repair/refurbishment and final acceptance testing of the transducer listed in SOW 1.1) and for complete OO/OS Level 1 Service assessment of two complete systems listed in SOW 1.2) and SOW 1.3) as well as the three Electronics Chassis' listed in SOW 1.4) with OO/OS Level 1 Service Report of conditions found, recommended replacement/repair parts identified, and a quote to complete those repairs delivered to NOAA. Final acceptance shall include thorough functional testing of the Electronics Chassis' in all operational modes with associated transducer testing to include a tank test to ensure the transducer works in water and water does not intrude into the transducer. Copy of final acceptance test results shall be delivered to NOAA with the returned systems and components. The Government intends to acquire services under the guidelines of FAR Part 13, Simplified Acquisitions Procedures and FAR Part 12, Commercial Items. The Government intends to solicit and negotiate with under the authority of FAR 13.106-1(b)(1)(i). The North American Industry Classification Code (NAICS) for this acquisition is 334511, Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing with a business size standard of 1250 employees. This is not a solicitation for competitive quotes. However, if any other interested party believes that it can meet the requirements, it may submit a statement of capabilities, which if timely received, will be considered by NOAA. A statement of capabilities must be received by 5:00 PM EST on July 11, 2018. A determination by the Government not to compete this proposed requirement based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for determining whether to conduct a competitive procurement in the future. Evidence must be provided of ability to provide the required services. The capability statement and any other information furnished must be in writing and must contain material in sufficient detail to allow the Government to determine if the party can meet all of the requirements. Capability statements and related materials must be e-mailed to Christopher Baker at Christopher.baker@noaa.gov by 5:00 PM EST on July 11, 2018.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/OMAOMD/NMAN7200-18-01764/listing.html)
- Place of Performance
- Address: 14020 Stowe Drive, Poway, CA, 92064-6846, Poway, California, 92064, United States
- Zip Code: 92064
- Zip Code: 92064
- Record
- SN04977332-W 20180704/180702231134-a6bdfa074a2f5498cad66f8f2f226840 (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 |