Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 16, 2012 FBO #3765
SOURCES SOUGHT

R -- CELLWATCH SYSTEM EXPANSION

Notice Date
3/14/2012
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
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
NWWR1000-12-02447SLW
 
Point of Contact
Sharon L. Walker, Phone: (816)426-7470
 
E-Mail Address
sharon.walker@noaa.gov
(sharon.walker@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
DESC: The National Weather Service has a requirement to acquire a Cellwatch system expansion to monitor batteries in multiple Uninterrupted Power Source (UPS) at Central Region Headquarters (CRH), Aviation Weather Center (AWC), and National Weather Service Training Center (NWSTC). The salient characteristics consist of Cellwatch parts as follows- Control Unit part #721004 Data collection module part #721001 Current Transducer part #501001 Temperature transducer part #501002 Fiber (60ft) part # 116002 Fiber boots part #108002 485 Communications cable part #116003 Currently the National Weather Service Central Region Headquarters has Cellwatch battery monitoring equipment. The Cellwatch parts requested in the requisition is for an expansion of the current Cellwatch system. Continuing with Cellwatch is the most cost effective method. To add a different monitoring system would require a complete install and replacement of all. CR currently has 42 units in use at this time and all would have to be changed out to keep monitoring continuity as other systems are not compatible with each other. Estimation would be over $1M to switch brands. Cellwatch has already been approved and configured with IT to operate the NWS networks. This is a small business set-aside. The NAICS code for this action is 423430. Size standard not to exceed 100 Employees. The proposed contract action is for services for which the government intends to solicit and negotiate with only one known source Predictive Technology, Inc. Interested persons may identify their interest and capability to respond to the requirements. Contractor shall supply NWS with a 2 year warranty on all equipment supplied and installed and at least 1 year Tech Support. This is not a request for competitive proposals. The intended procurement is for supplies for which the government intends to acquire under the guidelines of FAR Part 12, Commercial Items. The Government intends to solicit and negotiate with only one known source Predictive Technology, Inc. However, the Government will consider all proposals received within 10 calendar days after the date of publication of this notice. 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 the receipt of affirmative responses to this notice or issue an order to Predictive Technology, 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 be considered solely for determining whether to conduct a competitive procurement. Submissions received in response to this notice shall be evaluated based on the technical ability and demonstrated ability to meet the requirements described above. All those interested should submit, in writing, the company name, address, point of contact, telephone number, and business size; a detailed statement regarding technical capabilities and qualifications, and any additional supporting literature. Vendor must provide a DUNS number (http://www.dnb.com/us/) and register with the Central Contractors Registration (Http://www.ccr.gov/) to further qualify for this contract. Responses can be sent via email at Sharon.walker@noaa.gov or faxed to 816-274-6983. Should you have any additional questions you may contact me at 816-426-7470
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/CASC/NWWR1000-12-02447SLW/listing.html)
 
Place of Performance
Address: NWSW-CENTRAL REGION/W/CR, 7220 NW 101ST TER, KANSAS CITY, Missouri, 64153-2371, United States
Zip Code: 64153-2371
 
Record
SN02697055-W 20120316/120314235917-665c116d725f2df03e8dba5ec35564c5 (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.