Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 23, 2009 FBO #2796
SOURCES SOUGHT

16 -- LLAK9F5300 PARACHUTES AND MATERIALS

Notice Date
7/21/2009
 
Notice Type
Sources Sought
 
NAICS
314999 — All Other Miscellaneous Textile Product Mills
 
Contracting Office
Department of the Interior, Bureau of Land Management, Alaska Region, L OC-NOC SVC & SUPPLIES SEC(OC663)DENVER FEDERAL CENTERDENVERCO80225US
 
ZIP Code
00000
 
Solicitation Number
L09PS01035
 
Response Due
7/30/2009
 
Archive Date
8/29/2009
 
Point of Contact
Flanagan,CherylT 303-236-3534 cheryl_flanagan@blm.gov<br />
 
E-Mail Address
Flanagan,CherylT
(cheryl_flanagan@blm.gov)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought - Parachutes and Compatible Parachute Replacement Parts to be used for Firefighting Activities The Bureau of Land Management (BLM), National Operations Center (NOC), is seeking sources for a requirement for parachutes and compatible replacement parts to be used for firefighting activities for the protection of public lands in Alaska. Pursuant to FAR 6.302-1 and FAR ll.105, the BLM, NOC thinks this requirement is a sole source to Airborne Systems North America of NJ, Inc. located at 5800 Magnolia Ave., Pennsauken, NJ 08109-1309 (Airborne), due to specific requirements for these parachutes and compatible replacement parts. Based on the information available at this time, it appears that Airborne has a unique product that meets all the required characteristics. The salient characteristics for this acquisition are as follows: 1) The parachute provided shall be approved for use in the BLM smokejumper program, 2) The parachute provided shall be approved for use with the BLM smokejumper ram-air parachute system, 3) The parachute provided shall be a 270-square-foot 5-cell ram-air reserve parachute, 4) The parachute provided shall have a 375-square-foot canopy able to accommodate a payload ranging from 220 to 300 pounds, 5) The parachute shall be able to achieve descent rates from 8 feet per second in no wind conditions and shall be able to reach these rates using a static, deep brake setting, 6) The parachute provided shall include slotted stabilizers sufficient for good slow speed performance, 7) The parachute canopy shall have a minimum 20 mile per hour forward speed, 8) The parachute shall be standardized with canopies compatible with the BLM approved main parachute container, 9) The parachute shall have span-wise construction in order to allow a 375-square-foot canopy to fit the BLM inventory of deployment bags and containers, and 10) The reserve canopy for the parachute shall be sized to fit the BLM approved reserve container with a pack volume no greater than 745 cubic inches. These characteristics are required to allow the firefighters to function safely in small meadows surrounded by large trees and in high wind areas with lightening caused fires, and to be compatible with the BLM deployment system. The NAICS code for this acquisition is 314999 with a size standard of 500 employees. Based on the information available at this time, and in accordance with FAR 6.302-1(b)(1)(i), the Government considers the items specified as a sole source to Airborne and proposes to negotiate a firm-fixed-price contract on that basis for 100 parachutes, 50 reserve compatible canopies, 50 reserve compatible deploy systems, and 120 compatible risers. However, should additional sources be identified, they will be considered. Concerns who think they can furnish the required items or their equivalent are invited to submit in writing an affirmative response to this announcement. An affirmative response would include literature, brochures, and such other materials that correspond to the required characteristics of these parachutes and compatible replacement parts to determine if competitive opportunities exist. Upon receipt of an affirmative response, it will be evaluated technically by BLM. No solicitation document exists; therefore, requirements for such documents without accompanying information will be considered non-responsive to this request and will not be considered. The notice may represent the Governments only official notice of this procurement. Response may be made by email to Cheryl_Flanagan@blm.gov. If response is by FAX, send it to Cheryl Flanagan, 303-236-9470. If response is by mail or other paper delivery method, provide two copies of all literature, brochures, and other materials to Cheryl Flanagan, Contract Specialist, BLM NOC, Building 50, P. O. Box 25040 Denver Federal Center, Denver, CO 80225.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BLM/AK/L09PS01035/listing.html)
 
Record
SN01882062-W 20090723/090722000231-a05fc4aa55f31a06eecd55a855947efd (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.