Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 29, 2001 PSA #2925
ANNOUNCEMENTS

DC-7 PARACHUTES PURCHASE

Notice Date
August 27, 2001
Contracting Office
National Interagency Fire Center, Bureau of Land Management, 3833 S. Development Avenue, Boise, ID 83705-5354
ZIP Code
83705-5354
Description
The Bureau of Land Management (BLM) at the National Interagency Fire Center (NIFC) intends to negotiate with only one source under the authority of FAR 6.302-1 using Simplified Acquisition Procedures (SAP) to acquire 33 each DC-7 parachutes, 25 each MT-1S reserve parachutes, and 25 each MT-1S deployment systems. The Government believes that the only responsible source capable of satisfying the agency requirement is Para-Flite, Inc., 5800 Magnolia Avenue, Pennsauken, NJ 08109 who owns the patent rights to these items. A justification for other than full and open competition has been prepared in support of this acquisition. The following specification applies to the DC-7 parachute requirement: The parachute canopy shall be 375 square feet to accommodate a payload ranging from 220-300 pounds and be capable of reaching at least 20 miles per hour forward speed. The parachute shall be capable of achieving descent rates of 0-10 feet per second in no wind conditions using a static deep brake setting. Slotted stabilizer bars are required for good slow speed performance and stability. A span wise constructed seam is required in order to fit a canopy of this size into the required development bags and containers. The color scheme shall be as follows: (a) Top Skin: 1st span of fabric shall be fire red, the second span of fabric shall be white, the third span of fabric shall be royal blue, the 4th span of fabric shall be royal blue; (b) Bottom Skin: 1st span of fabric shall be fire red, the 2nd span of fabric shall be fire red, the 3rd span of fabric shall be white, the 4th span of fabric shall be royal blue, the 5th span of fabric shall be royal blue; (c) End cells shall be fire red; (d) Ribs shall be fire red; (e) Stabilizers shall be fire red; (f) Slider shall be fire red. The following specification applies to the MT-1S reserve parachute requirement. The following specification applies to the MT-1S reserve parachute requirement: The reserve parachute shall be a 270 square feet, 5-cell ram-air (wing) parachute built using span wise construction with direct suspension line attachment. The wing span is 21.5 feet, wing chord is 12.75 feet, wing area is 270 square feet, suspended weights are 100-300 pounds, canopy materials is 101 oz ripstop nylon calendered 0-5 cubic feet per minute porosity (F1-11), and the line test strength is 550 pounds. The following specification applies to the MT-1S deployment system requirement: The reserve deployment system consists of a pilot chute, bridle, and deployment bag. This assembly is called freebag because after deployment, it detaches or "frees" itself from the reserve canopy. The reserve deployment system must be specifically sized and tested for use and compatible with the MT-1S reserve parachute. The estimated value of this simplified acquisition is $100,000.00. No Request for Quotation (RFQ) will be issued and no response will be made to letters or telephone requests for a copy of the solicitation. This is not a request for competitive quotes, but serves as a procurement notice to fulfill public posting requirements in accordance with FAR 5.101(a)(1). This requirement is set-aside for small business and the North American Industry Classification System (NAICS) code 314999 All Other Miscellaneous Textile Product Mills applies. Responsible firms believing they can provide the required items are encouraged to identify themselves and give written notification to the Contracting Officer referencing action item #RAQ012343. However, they must provide supporting evidence they can furnish the requested items at a cost that will not exceed the total estimated transaction cost. All responses will be fully considered. If no affirmative responses are received by September 10, 2001 to the effect that a comparable source exists, an order will be placed with Para-Flite, Inc. for the requirements stated here. Questions concerning this acquisition may be directed to Kay Ryan at 208-387-5717 or faxed to 208-387-5574.
Record
Loren Data Corp. 20010829/SPMSC035.HTM (W-239 SN50W0Q5)

SP - Special Notices Index  |  Issue Index |
Created on August 27, 2001 by Loren Data Corp. -- info@ld.com