SPECIAL NOTICE
42 -- Intent to Sole Source - Smokejumper AAD
- Notice Date
- 7/13/2016
- Notice Type
- Special Notice
- NAICS
- 339999
— All Other Miscellaneous Manufacturing
- Contracting Office
- Department of Agriculture, Forest Service, R-1 IMAT: Clearwater; Idaho Panhandle; Kootenai; and Nez Perce NF's, 3815 Schreiber Way, Coeur d'Alene, Idaho, 83815-8363, United States
- ZIP Code
- 83815-8363
- Solicitation Number
- AG-0343-S-16-0067
- Archive Date
- 8/12/2016
- Point of Contact
- Estyn Kevitt, Phone: 2087657433
- E-Mail Address
-
ekevitt@fs.fed.us
(ekevitt@fs.fed.us)
- Small Business Set-Aside
- N/A
- Description
- The US Forest Service (USFS) intends to award a sole source purchase order under the authority of FAR 13.501(a), due to only one source being available to meet the Government's needs, to SSK Military Industries, Inc., 1008 Monroe Rd, Lebanon, OH 45036-1415. The requirement is for an Indefinite Delivery Indefinite Quantity (IDIQ) contract to purchase Cypres-2 Smokejumper Automatic Activation Device (AAD) for USFS Region 1 Aerial Fire Depot on an as needed basis. The Cypres-2 2 pin Smokejumper AAD is a 2 pin pyrotechnic cutter that will activate the reserve parachute if the Smokejumper does not activate their main canopy or reserve on their own. This is an OSHA requirement for the US Forest Service Smokejumper to have an AAD within the system they are jumping. The Cypres-2 Smokejumper AAD went through the BLM phased testing. It was tested for two operational seasons before being adopted into the system. The US Forest Service has now adopted this same technology into the US Forest Service ram-air system. For the US Forest Service Smokejumper program to adopt a new AAD it would be a two to three year process of R&D and a phase testing process. This notice of intent is not a request for competitive proposals and no solicitation document exists for the requirement. Sources interested in responding to this notice are required to submit a capability statement that includes management and technical data and cost information, in sufficient detail and with convincing evidence that clearly demonstrates the capability to provide the US Forest Service's requirement. Capability statements shall not exceed five (5) pages using a font size no smaller than 10-point. All capability statements received by the due date of this notice will be considered by the Government. A request for documentation or additional information or submissions that only ask questions will not be considered as an affirmative response. A determination by the Government not to compete based on responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement or to proceed with a sole source purchase order. Capability statements are due by 4:00 PM Pacific Time, July 28, 2016. Capability statements shall be submitted by e-mail ONLY as a Microsoft Word or Adobe PDF attachment to the following address: ekevitt@fs.fed.us
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/281/AG-0343-S-16-0067/listing.html)
- Place of Performance
- Address: Region 1 Aerial Deopt, 5765 W. Broadway, Missoula, Montana, 59808, United States
- Zip Code: 59808
- Zip Code: 59808
- Record
- SN04180697-W 20160715/160713234504-da918aad69ca5e9052e9f13eea13aa38 (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 |