Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 15, 2023 SAM #7870
SOLICITATION NOTICE

42 -- Terra Torch - Notice of Intent to Sole Source

Notice Date
6/13/2023 8:44:32 AM
 
Notice Type
Presolicitation
 
NAICS
333998 —
 
Contracting Office
FA4484 87 CONS PK JB MDL NJ 08641 USA
 
ZIP Code
08641
 
Solicitation Number
FA448423TT
 
Response Due
6/23/2023 11:00:00 AM
 
Archive Date
07/08/2023
 
Point of Contact
SSgt Erik Jasiunas, Phone: 6097542812, Kelsey Brodbine, Phone: 856-452-1718
 
E-Mail Address
erik.jasiunas@us.af.mil, kelsey.brodbine@us.af.mil
(erik.jasiunas@us.af.mil, kelsey.brodbine@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
87 CONS intends to award a sole source contract under the authority of 41 U.S.C. 3304(a)(1) FAR 6.302-1; Only one responsible source and no other supplies or services will satisfy agency requirements. This is a Notice of Proposed Contract Action Synopsis. There is no solicitation available at this time. Requests for a solicitation will receive no response. This Proposed Contract Action is published to notify potential sources that 87 CONS, Joint Base McGuire-Dix-Lakehurst, intends to award a sole source firm-fixed price contract, on behalf of the Air Force Wildland Fire Branch, to GelFire Systems, for one GFS-50 Terra Torch system with accessories. � The GFS 50 Terra Torch System is the only NIFC approved system with a 50-gallon fuel capacity designed to emit a flaming gel out to 75�. Gel Fire Systems is the sole manufacturer and supplier of this proprietary system.� This system enables the user to ignite multiple piles quickly and safely from one location. �The gel delivery system is unique and necessary because the gel adheres to the target igniting it instantly instead of simply charring or singeing the surface and retracting. Other delivery systems require the user to apply a retractable flame long enough to ensure that the pilings themselves were ignited prior to moving to the next piling. The proposed contract action is for a product for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.106-1 Interested persons may identify their interest and capability to respond to the requirement. This notice of intent is not a request for competitive proposals. �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 normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The North American Industry Classification System (NAICS) code is 339998. The Size Standard is 700 employees. The desired delivery date described herein is anticipated to be 60 Days ADC. The responses to this synopsis will be used to confirm that this is a sole source requirement. This notice is not a Request for Quotes (RFQ); it is a market research tool being utilized to determine the availability and adequacy of potential sources prior to awarding the contract. Any information submitted by respondents to this synopsis is strictly voluntary. The Government will not pay for any information that is submitted by respondents to this notice of proposed contract action. Contractors who believe they possess the expertise and experience shall submit technical capabilities in writing to SSgt Erik Jasiunas electronically at: erik.jasiunas@us.af.mil. �Responses must be received no later than 23 June, 2023, 2PM EDT. �All documentation shall become the property of the Government. Firms responding must indicate the following information: Indicate the business size: small business or disadvantaged business, veteran owned small business or HUB Zone certified, indicate the appropriate NAICS code, cage code,� and UEI. �Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization�s qualifications to perform the work.� This synopsis neither constitutes a Request for Quote, nor does it restrict the Government to a particular acquisition approach. This synopsis should not be construed as commitment by the Government for any purpose other than market research. Respondents are advised that the Government is under no obligation to acknowledge receipt of any information received or provide feedback to respondents with respect to any information submitted.� The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/bda915d06b4249ad8456adec0a6944f5/view)
 
Place of Performance
Address: Joint Base MDL, NJ 08640, USA
Zip Code: 08640
Country: USA
 
Record
SN06714215-F 20230615/230613230115 (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 |
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.