Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 02, 2015 FBO #5000
SPECIAL NOTICE

16 -- Military Free Fall Parachute System RA-1

Notice Date
7/31/2015
 
Notice Type
Special Notice
 
NAICS
314999 — All Other Miscellaneous Textile Product Mills
 
Contracting Office
Department of the Army, Army Contracting Command, ACC-APG - Natick (SPS), BLDG 1 KANSAS ST, Natick, Massachusetts, 01760-5011, United States
 
ZIP Code
01760-5011
 
Solicitation Number
W911QY12310317
 
Archive Date
8/29/2015
 
Point of Contact
Roberta F. Boswell, Phone: 5082336162, Roberta F. Boswell, Phone: 5082336162
 
E-Mail Address
roberta.f.boswell.civ@mail.mil, roberta.f.boswell.civ@mail.mil
(roberta.f.boswell.civ@mail.mil, roberta.f.boswell.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The US Army Contracting Command-Aberdeen Proving Ground, Natick Contracting Division, Natick, MA, on behalf of Soldier Clothing and Individual Equipment (PdM-SCIE) and Air Force Air Combat Command (ACC) intends to award a sole source requirement for the fabrication and shipment of 1,360 RA-1 Military Free Fall (MFF) personnel parachute systems (NSN 1670-01-606-1897, Part Number 11-1-9100), including the Bottom of Container (BOC) assembly, Large (Part Number 830265-0) contract to the incumbent contractor Airborne Systems, 5800 Magnolia Avenue, Pennsauken, NJ 08109. This proposed procurement is for RA-1 Systems and accessories for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1, Only One responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. As the current provider and Original Equipment Manufacturer (OEM), of the RA-1 systems, Airborne Systems is the only contractor that can meet the current requirements. The following verbiage is taken directly from the Justification and Approval for sole source and is posted in accordance with FAR 5.102 and FAR 6.305(b). 1. Description of Services and Supplies: This contract will consist of the fabrication and shipment of 1,360 RA-1 Military Free Fall (MFF) personnel parachute systems (NSN 1670-01-606-1897, Part Number 11-1-9100), including the Bottom of Container (BOC) assembly, Large (Part Number 830265-0). 2. Reason for Authority Cited: PdM-SCIE on behalf of the ACC and the AFSOC has an immediate requirement for 1,360 RA-1 parachute systems and BOC assemblies to meet Air Force fielding requirements. Air Force estimates for fielding have increased substantially and 1,360 RA-1 systems are needed to meet their fielding requirements. Airborne Systems is the Original Equipment Manufacturer (OEM) of the RA-1. It is the only manufacturer who can meet the January 2016 fielding requirement of the Air Force as Airborne Systems; is the only one who has gone through a rigorous first article test for the RA-1, which is a complex, critical safety item. No other contractor will be able to deliver an RA-1 in the required time because of the first article testing requirements. Although there are qualified manufacturers for the RA-1; first article and fielding timeframe do not allow sufficient time to meet the customer's fielding timeframe. At this time the Government is conducting Quality Products List (QPL) testing; this testing takes an average of 6-9 months to complete. The Government intends to issue a solicitation in spring of 2016 for full and open competition. 3. Additional Information: This is a notice of intent and is not a request for competitive quotations or proposals. No solicitation is available. Parties that believe they can meet the contract requirements are encouraged to identify themselves and provide a substantive statement with descriptive literature and any other supporting information within 15 days of publication of this notice. All information received within 15 days of publication of this synopsis will be considered by the Government to determine if the more than one responsible source can meet the Government's requirements and is capable of performing the intended RA-1 contract. Interested parties may identify their interest and capability to respond to this requirement to the U.S. Army Contracting Command - Aberdeen Proving Ground (ACC-APG), Natick Contracting Division (NCD) via e-mail to: Roberta.f.boswell.civ@mail.mil no later than 3:00 p.m. EST on 14 August 2015.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/deeb33de9798d83ff696f59fe0db862c)
 
Place of Performance
Address: Army Contracting Command - Aberdeen Proving Ground, Natick Contracting Division, General Green Avenue, Natick, MA 01060-5011, Natick, Massachusetts, 01760, United States
Zip Code: 01760
 
Record
SN03818927-W 20150802/150731234726-deeb33de9798d83ff696f59fe0db862c (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.