SPECIAL NOTICE
49 -- Modular Airborne Fire Fighting Systems (MAFFS) (2nd Generation) II Sustainability, Maintenance, and Coordination Services
- Notice Date
- 4/5/2023 3:02:42 PM
- Notice Type
- Special Notice
- NAICS
- 488190
— Other Support Activities for Air Transportation
- Contracting Office
- FOREST SERVICE US
- ZIP Code
- 00000
- Solicitation Number
- P00006-Option-Year-2
- Response Due
- 4/19/2023 1:00:00 PM
- Point of Contact
- Gwendolynn Boyle
- E-Mail Address
-
Gwendolynn.Boyle@usda.gov
(Gwendolynn.Boyle@usda.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- THIS NOTICE IS PROVIDED FOR INFORMATION PURPOSES ONLY: The purpose of this action is to provide a notice of intent that the U. S. Forest Service (USFS) intends to enter into a sole source contract ceiling increase for the single award indefinite-delivery, indefinite-quantity (IDIQ) contract with United Aeronautical Corporation (UAC) for Modular Airborne Fire Fighting Systems, Second Generation (MAFFS II) coordination and maintenance. This action would increase the maximum IDIQ contract ceiling from $1,500,000.00 to $2,200,000.00, an increase of $700,000.00. The current IDIQ contract has reached its maximum ceiling value. The increase of the IDIQ maximum ceiling will allow UAC to continue providing MAFFS II coordination and maintenance services, as needed, on USFS-owned MAFFS II units housed at four (4) different military installations in Wyoming, Nevada, California, and Colorado. Tasks are in support of currency exercises (scheduled) and wildfire suppression efforts (unscheduled) at various locations throughout the United States. Contract Award and Solicitation: The subject requirement was originally competed as a total, small business set-aside. A single award was made to UAC who was the only contractor technically capable of meeting the terms and conditions of solicitation 1202SC21Q0002 posted to SAM.gov on 5 February 2021.� The contract�s period of performance is for one (1) base year and four (4), twelve-month option periods, for a total of five (5) years.� The period of performance is 1 May 2021 through 30 April 2026 for the base and all options. Sole Source Authority:� The USFS plans to issue a bilateral modification citing the authority of 41 U.S.C. 3304(a)(1), only one responsible source and no other supplies or services will satisfy agency requirements (FAR 6.302-1). This notice is neither a request for proposals nor quotes. Once the justification for other than full and open competition is approved, the signed document will be posted on SAM.gov within fourteen (14) days of contract modification award pursuant to FAR 6.305(a).
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/ffe9af38b2dc471591f47ba44af12342/view)
- Place of Performance
- Address: Boise, ID 83705, USA
- Zip Code: 83705
- Country: USA
- Zip Code: 83705
- Record
- SN06640519-F 20230407/230405230102 (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 |