Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 12, 2018 FBO #6014
SPECIAL NOTICE

13 -- ROCKET NET PROPELLANT PRODUCTION

Notice Date
5/10/2018
 
Notice Type
Special Notice
 
NAICS
325920 — Explosives Manufacturing
 
Contracting Office
FWS, DIVISION OF CONTRACTING AND GE 300 WESTGATE CENTER DRIVE SUITE 310 Hadley MA 01035-9589
 
ZIP Code
01035-9589
 
Solicitation Number
140F0518Q0046
 
Point of Contact
Russell, Ryna
 
Small Business Set-Aside
N/A
 
Description
The U.S. Fish and Wildlife Service (USFWS), intends to award a firm-fixed price, sole source contract to Bae Systems Ordnance Systems Inc., State RT 114, Radford, VA 24141. This contract action is for supplies &/or services for which the Government intends to solicit and negotiate with only one source with only one source under the authority of 6.302. The Government does not intend to use Part 12 for the acquisition. The U.S. Fish and Wildlife Service (USFWS), Migratory Bird Management (MBM) has been the facilitator of rocket-net charges and propellant for capturing wildlife for the purpose of monitoring since the 1970 ™s. This program has played vital role in determining the overall health of wildlife resources. Rocket-net charges require military grade, slow burning propellant that has specific qualities to safely propel a net to capture wildlife. This requirement is to provide Rocket Net Propellant under NAICS code 325920 for delivery to Carbondale, IL 62902. Bae Systems Ordnance Systems Inc. is the only approved manufacture that can produce military grade propellant that has the qualities required for sustaining the rocket-net program monitoring program. Requirements: * 5000 lbs of M6 Propellant extruded to 175mm Propelling Charge Dimensions * 20 lbs of PAP-7993 extruded through M6 for 175mm Propelling Charge Tooling * Propellant will be packaged in standard 1G fiber drums * Propellant Description Sheets (PDS) and Safety Data Sheets for all lots PDS will at a minimum contain a chemical analysis, heat test for stability, and geometric measurements of the propellant * Final Summary Report * The period of performance for this effort shall be twelve months from the date of contract acceptance. This notice of intent is not a request for competitive quotations; however, any firm who believes it is capable of meeting USFWS ™s requirement as stated herein, may submit a response/capabilities statement, which if received within fifteen (15) calendar days of the date of this announcement, will be considered. Responses to this posting must be in writing. A determination not to compete the proposed purchase order based upon the responses to this notice is solely within the discretion of the Government. All responses and questions should be directed to Ryna Russell via email at ryna_russell@fws.gov no later than COB, Friday, May 25, 2018. Telephone inquiries will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/140F0518Q0046/listing.html)
 
Record
SN04917780-W 20180512/180510230517-9336f11a5e6d237c440f47f85af2e99f (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.