Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 06, 2013 FBO #4212
SPECIAL NOTICE

20 -- SDG VIBRATION MOUNTS - SOLE SOURCE JUSTIFICATION - JUSTIFICATION

Notice Date
6/4/2013
 
Notice Type
Special Notice
 
NAICS
423860 — Transportation Equipment and Supplies (except Motor Vehicle) Merchant Wholesalers
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division, Norfolk Federal Building, 200 Granby Street, Norfolk, Virginia, 23510, United States
 
ZIP Code
23510
 
Solicitation Number
EA-133M-13-RQ-0432
 
Archive Date
7/3/2013
 
Point of Contact
CARRIE L. PERRY, Phone: 757-441-6573, Kolby Harold, Phone: 757-441-6577
 
E-Mail Address
CARRIE.L.PERRY@NOAA.GOV, Kolby.Harold@noaa.gov
(CARRIE.L.PERRY@NOAA.GOV, Kolby.Harold@noaa.gov)
 
Small Business Set-Aside
N/A
 
Description
SOLE SOURCE/BRAND NAME JUSTIFICATION The US Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division, Simplified Acquisition Division intends to negotiate on a sole source basis with Christie & Grey LTD using the procedures in FAR Parts 6 and 13, to provide a complete set of ships service diesel generator vibration mounts for the main engines and generators for the NOAA ship Henry B. Bigelow. The statutory authority for other than full and open competition is 41 USC 253(c)(1) as implemented by FAR 6.302-1, Only one responsible source. The provisions and clauses may be downloaded at http://www.arnet.gov/far. Deliverables: (32ea) - GENFLEX Mount 10.103.60 with bolts (100ea) - GENFLEX Mount 10.103.70 with bolts (4ea) - GENFLEX Mount 10.103.75 with bolts No equals or alternates will be accepted and justification is in accordance with FAR 6.302-1(c) brand name justification. Delivered to: U.S. Department of Commerce/NOAA Ship Henry B. Bigelow NAVAL STATION NEWPORT 47 CHANDLER STREET NEWPORT RI 02841 The following provisions and clauses shall apply to this solicitation: FAR 52.212-1, Instructions to Offerors - Commercial, FAR 52.212-3, Offeror Representations and Certificates - Commercial Item, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. FAR 52.204-10, Reporting Executive compensation and First -Tier Subcontract Awards, FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations, FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies, FAR 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.225-18, Encouraging Contractor Policies to Ban Text Messaging while Driving, FAR 52.225-13, Restrictions on Certain Foreign Purchases, FAR 52.232-33, Payment be Electronic Funds Transfer-Central Contractor Registration, CAM 1352.201-70 Contracting Officer Authority, CAM 1352.209-73, Compliance with the Laws, CAM 1352.209-74, Organizational Conflict of Interest, CAM 1352.246-70, Place of Acceptance. The North American Industry Classification Code (NAICS) for this acquisition is 423860 with a business size standard of 100 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 1:00pm, June 18, 2013 will be considered by the Government. 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 the purpose of 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 NOAA to determine if the party can meet all of the foregoing requirements. Capability statements and related materials must be e-mailed to Carrie.L.Perry@noaa.gov by 1:00pm, June 18, 2013. Award will be made using FAR 13, Simplified acquisition procedures, current through FAC 2005-61.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/EASC/EA-133M-13-RQ-0432/listing.html)
 
Record
SN03079387-W 20130606/130605000255-4f899edd5883cfef4c4a8726d143957b (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.