Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 19, 2024 SAM #8332
SPECIAL NOTICE

99 -- Evaluation to repair and recondition services for 31 EACH RF DIGITAL ATTENUATOR, UNISYS PN: 1213640 (CAGE: 56232), KDI/TRIANGLE ELECTRONICS PN: DA-B48 (CAGE: 64537), ASN: R400-2A9AT4.

Notice Date
9/17/2024 6:53:42 AM
 
Notice Type
Special Notice
 
NAICS
811210 —
 
Contracting Office
DEPT OF COMMERCE NOAA KANSAS CITY MO 64106 USA
 
ZIP Code
64106
 
Solicitation Number
142082-24-148
 
Response Due
9/21/2024 10:01:00 AM
 
Archive Date
10/06/2024
 
Point of Contact
Adrian Hall, Phone: 8169263357, MARJORIE SABBAGH, Phone: 8169263218, Fax: 8169263105
 
E-Mail Address
adrian.hall@noaa.gov, margie.sabbagh@noaa.gov
(adrian.hall@noaa.gov, margie.sabbagh@noaa.gov)
 
Description
�Notice of Intent: ��The U.S. Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), National Weather Service (NWS), National Reconditioning Center (NRC) intends to send out for the evaluation to repair and recondition services for the following equipment: 31 EACH RF DIGITAL ATTENUATOR, UNISYS PN: 1213640 (CAGE: 56232), KDI/TRIANGLE ELECTRONICS PN: DA-B48 (CAGE: 64537), ASN: R400-2A9AT4.� The intended acquisition is for the evaluation to repair and calibration services 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.� After evaluation to repair and calibration services, 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 evaluation to repair and calibration services for which the Government intends to acquire from one source under the authority of 13.106-1(b), Soliciting from a Single Source.� CAES SYSTEMS LLC is the only known source for the evaluation to repair and calibration services of this equipment.� 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 CAES SYSTEMS LLC 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 and calibrate 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 and calibrated these specific items. �Firms must respond to this announcement within five calendar days of its publication.� All responses must be in writing and may be mailed to the National Reconditioning Center, ATTN:� Adrian M. Hall, 14200 Merritt Rd, Grandview, Missouri 64030 or sent to the email address nws.nrc.contracts@noaa.gov, ATTN:� Margie and Adrian. �All responsible sources may submit a quote which will be considered by the Agency. The quote shall include the evaluation to repair and calibration cost for each piece of equipment, return shipping, if applicable, and estimated delivery schedule.� The NAICS code for this requirement is 811210, Electronic and Precision Equipment Repair and Maintenance; the corresponding size standard is $22.0 M.� All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database. For additional information and to register in SAM free of charge, please access the following website: https://www.sam.gov/ In order to register with SAM and to be eligible to receive an award from this office, all contractors must have a Unique Entity ID. To learn more, access the following website: https://SAM.gov/content/entity-registration.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/97a2cd854a15493fa5ab4bced4402c00/view)
 
Place of Performance
Address: Eatontown, NJ, USA
Country: USA
 
Record
SN07213868-F 20240919/240917230112 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.