Federal Bid

Last Updated on 28 Aug 2009 at 9 PM
Solicitation
Location Unknown

58--G2 CHAPTER 10 RECORDERS

Solicitation ID AAI080975-09-012
Posted Date 28 Aug 2009 at 9 PM
Archive Date 04 Jan 2010 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Office Of Procurement
Agency National Aeronautics And Space Administration
Location United states
Arcata Associates, Inc. has a requirement for one (1) each G2-CHS-X01-C01, G2Chassis/CPU, Commericial, 4 slots, one (1) each G2-SW-BDE-102, Best Data Engine, Ethernetand Data/Clock, one (1) each G2-PBO-SW, PBO Software License, one (1) eachG2-CHS-2XX-C01, G2 Chassis/CPU, Commercial, 4 slots - PBO Config., one (1) eachG2-MEDIA-DISK-101, Media 1, Disk Capacity Type 1, one (1) each G2-MEDIA-DISK-102, Media1, Disk Capacity Type 1, one (1) each G2-MEDIA-DVD-401, Media 1, Disk Capacity Type 1,two (2) each G2-PCM-411-30-01, PCM Input/Output, 4 Channel, 30 Mbps, w/Bit Sync and Time,two (2) each G2-CBL-101, G2 Breakout Cable, and two (2) each G2-PCM-411-30-01 SWDRVR-PBO.Arcata Associates, Inc. intends to purchase the items from Wyle Laboratories, Inc.Telemetry and Date Systems. Wyle Laboratories, designed, built and extensively tested theG2 Chapter 10 Recorder for the current WINGS system. Wyle Laboratories possesses thedetailed knowledge for all aspects of the circuit board, which is unavailable to anotherfirm. Wyle Laboratories owns the unique modification drawings and has personnel with theknowledge and history to accurately characterize the G2 Chapter 10 Recorder. The originaldesign and modification drawings are proprietary to Wyle Laboratories, Inc. and thusunavailable to any other company.Interested organizations may submit their capabilities and qualifications to perform theeffort in writing to the identified point of contact not later than 2:30 p.m. pacificstandard time on September 14, 2009. Such capabilities/qualifications will be evaluatedsolely for the purpose of determining whether or not to conduct this procurement on acompetitive basis. A determination by the Government not to compete this proposed efforton a full and open competition basis, based upon responses to this notice, is solelywithin the discretion of the government.Oral communications are not acceptable in response to this notice.All responsible sources may submit an offer which shall be considered by the agency.
Bid Protests Not Available

Similar Past Bids

Location Unknown 14 Sep 2012 at 6 PM
Location Unknown 14 Mar 2013 at 4 PM
Frederick Maryland 05 Oct 2017 at 7 PM
Peoria Illinois 26 Jun 2012 at 6 PM
Bethesda Maryland 21 Aug 2018 at 11 AM

Similar Opportunities

FY26-FY28 Pavement Markings Sealed bids for FY26-FY28 Pavement Markings, Holyoke, MA will be received on July 10, 2025 at the City of Holyoke Office of Procurement, 536 Dwight Street, Room 3, Holyoke, Massachusetts 01040, Attn: Jaime Morrow, Chief Procurement Officer until 2 PM prevailing time, at which said Bids will be publicly opened and read aloud. All bids shall be submitted within a sealed envelope addressed to the “City of Holyoke Office of Procurement, 536 Dwight Street, Room 3, Holyoke, Massachusetts 01040, Attn: Jaime Morrow, Chief Procurement Officer” and titled “FY26-FY28 Pavement Markings, Bid#2025-45DPW”. The work under this contract shall include furnishing the necessary labor, transportation, tools, equipment, materials, and appurtenances to install pavement markings as required by the City. The locations for the pavement markings will be as directed by the City. Bidding procedures shall be in accordance with the provisions of M.G.L. Chapter 30, Section 39 M as amended. This project may be funded in whole or part with federal funds. Attention is called to the minimum wage rates required to be paid for all labor on this project. Wage rates are established in schedules issued by the Department of Labor and Workforce Development, in accordance with Section 26A - 27D, or Chapter 149 of the M.G.L., as amended, and the U.S. Department of Labor in accordance with the Davis-Bacon and Related Acts. Said schedule(s) are included in the bid package and the contractor will be responsible for paying the higher of the two rates. It is the responsibility of the Contractor, before Bid opening, to request if necessary, any additional information on Minimum Wage Rates for those trades people who may be employed for the proposed Work under this Contract. Materials, equipment and supplies to be used on this project are exempt from sales tax to the extent provided by M.G.L. Chapter 64H, Section 6 (f). Only eligible and responsible sealed bids on this project shall be received by the Awarding Authority from qualified Bidders submitted on forms furnished by the Awarding Authority and clearly identified on the outside of the bid with the name and address of the bidder, and the name and Bid Number of the project, and submitted to: City of Holyoke - Purchasing Department City Hall, Room 15 536 Dwight Street Holyoke, MA 01040 And received no later than the times set forth below, when they will forthwith be publicly opened and read aloud at this location. Sealed bids addressed as referenced above will be received until 2:00 PM, on July 10, 2025.
Holyoke Massachusetts 10 Jul 2025 at 7 PM
FY26-FY28 Hot Mix Asphalt Paving and Related Work Sealed bids for FY26-FY28 Hot Mix Asphalt Paving and Related Work, Holyoke, MA will be received on July 10, 2025 at the City of Holyoke Office of Procurement, 536 Dwight Street, Room 3, Holyoke, Massachusetts 01040, Attn: Jaime Morrow, Chief Procurement Officer until 2 PM prevailing time, at which said Bids will be publicly opened and read aloud. All bids shall be submitted within a sealed envelope addressed to the “City of Holyoke Office of Procurement, 536 Dwight Street, Room 3, Holyoke, Massachusetts 01040, Attn: Jaime Morrow, Chief Procurement Officer” and titled “FY26-FY28 Hot Mix Asphalt Paving and Related Work, Bid#2025-43DPW”. Work will consist of the milling and paving of various locations throughout the City. Bidding procedures shall be in accordance with the provisions of M.G.L. Chapter 30, Section 39 M as amended. This project may be funded in whole or part with federal funds. Attention is called to the minimum wage rates required to be paid for all labor on this project. Wage rates are established in schedules issued by the Department of Labor and Workforce Development, in accordance with Section 26A - 27D, or Chapter 149 of the M.G.L., as amended, and the U.S. Department of Labor in accordance with the Davis-Bacon and Related Acts. Said schedule(s) are included in the bid package and the contractor will be responsible for paying the higher of the two rates. It is the responsibility of the Contractor, before Bid opening, to request if necessary, any additional information on Minimum Wage Rates for those trades people who may be employed for the proposed Work under this Contract. Materials, equipment and supplies to be used on this project are exempt from sales tax to the extent provided by M.G.L. Chapter 64H, Section 6 (f). Only eligible and responsible sealed bids on this project shall be received by the Awarding Authority from qualified Bidders submitted on forms furnished by the Awarding Authority and clearly identified on the outside of the bid with the name and address of the bidder, and the name and Bid Number of the project, and submitted to: City of Holyoke - Purchasing Department City Hall, Room 15 536 Dwight Street Holyoke, MA 01040 And received no later than the times set forth below, when they will forthwith be publicly opened and read aloud at this location. Sealed bids addressed as referenced above will be received until 2:00 PM, on July 10, 2025.
Holyoke Massachusetts 10 Jul 2025 at 6 PM
Hanscom air force base Massachusetts 28 Jul 2025 at 9 PM
Sacramento California 18 Jul 2025 at 12 AM