Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 15, 2016 FBO #5348
SPECIAL NOTICE

42 -- Intent to Sole Source - Smokejumper AAD

Notice Date
7/13/2016
 
Notice Type
Special Notice
 
NAICS
339999 — All Other Miscellaneous Manufacturing
 
Contracting Office
Department of Agriculture, Forest Service, R-1 IMAT: Clearwater; Idaho Panhandle; Kootenai; and Nez Perce NF's, 3815 Schreiber Way, Coeur d'Alene, Idaho, 83815-8363, United States
 
ZIP Code
83815-8363
 
Solicitation Number
AG-0343-S-16-0067
 
Archive Date
8/12/2016
 
Point of Contact
Estyn Kevitt, Phone: 2087657433
 
E-Mail Address
ekevitt@fs.fed.us
(ekevitt@fs.fed.us)
 
Small Business Set-Aside
N/A
 
Description
The US Forest Service (USFS) intends to award a sole source purchase order under the authority of FAR 13.501(a), due to only one source being available to meet the Government's needs, to SSK Military Industries, Inc., 1008 Monroe Rd, Lebanon, OH 45036-1415. The requirement is for an Indefinite Delivery Indefinite Quantity (IDIQ) contract to purchase Cypres-2 Smokejumper Automatic Activation Device (AAD) for USFS Region 1 Aerial Fire Depot on an as needed basis. The Cypres-2 2 pin Smokejumper AAD is a 2 pin pyrotechnic cutter that will activate the reserve parachute if the Smokejumper does not activate their main canopy or reserve on their own. This is an OSHA requirement for the US Forest Service Smokejumper to have an AAD within the system they are jumping. The Cypres-2 Smokejumper AAD went through the BLM phased testing. It was tested for two operational seasons before being adopted into the system. The US Forest Service has now adopted this same technology into the US Forest Service ram-air system. For the US Forest Service Smokejumper program to adopt a new AAD it would be a two to three year process of R&D and a phase testing process. This notice of intent is not a request for competitive proposals and no solicitation document exists for the requirement. Sources interested in responding to this notice are required to submit a capability statement that includes management and technical data and cost information, in sufficient detail and with convincing evidence that clearly demonstrates the capability to provide the US Forest Service's requirement. Capability statements shall not exceed five (5) pages using a font size no smaller than 10-point. All capability statements received by the due date of this notice will be considered by the Government. A request for documentation or additional information or submissions that only ask questions will not be considered as an affirmative response. A determination by the Government not to compete based on responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement or to proceed with a sole source purchase order. Capability statements are due by 4:00 PM Pacific Time, July 28, 2016. Capability statements shall be submitted by e-mail ONLY as a Microsoft Word or Adobe PDF attachment to the following address: ekevitt@fs.fed.us
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/281/AG-0343-S-16-0067/listing.html)
 
Place of Performance
Address: Region 1 Aerial Deopt, 5765 W. Broadway, Missoula, Montana, 59808, United States
Zip Code: 59808
 
Record
SN04180697-W 20160715/160713234504-da918aad69ca5e9052e9f13eea13aa38 (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.