Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 14, 2021 SAM #7104
SPECIAL NOTICE

J -- Notice of Intent to Sole Source

Notice Date
5/12/2021 7:23:10 AM
 
Notice Type
Special Notice
 
NAICS
333999 — All Other Miscellaneous General Purpose Machinery Manufacturing
 
Contracting Office
FOREST SERVICE US
 
ZIP Code
00000
 
Solicitation Number
12444721Q0026
 
Response Due
5/27/2021 4:00:00 PM
 
Archive Date
06/11/2021
 
Point of Contact
JoAnne Meiers
 
E-Mail Address
joanne.meiers@usda.gov
(joanne.meiers@usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
PLEASE NOTE: THIS NOTICE OF INTENT IS NOT A REQUEST FOR PROPOSALS OR QUOTES.�The US Forest Service (USFS), Washington Office Procurement and Property Services, (herein after referred to as �WOPPS�) intends to issue a contract under the authority of FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services will Satisfy Agency Requirements, on or about June 1, 2021 to WRG Fire Training Simulation, Inc. for the USFS, National Technology & Development Program (NTDP) located in Missoula, Montana. The US Forest Service National Technology and Development Program (NTDP), in conjunction with WRG Fire Training Simulation Systems (WRG), has developed a semi-mobile live-fire controlled system for testing equipment in wildfire burnover conditions. The Wildland Flame Front Simulator is a system designed to deliver large amounts of liquid propane (typical setpoint ~65gpm) to series of 14 controlled burners in a 12m x 8m stainless steel grid; the subsequent heat release and flame profile is designed to simulate wildfire behavior and intensity.� The Wildland Flame Front Simulator is a unique system designed around a specific application; there is only one other wildland fire simulator like it in the world: in New South Wales, Australia. In 2021, Vandenberg Air Force Base (VAFB) agreed to allow NTDP to install the simulator system on a site adjacent to an area dedicated to fire training props and training evolutions. VAFB has particular site requirements regarding power and water. NTDP seeks to establish a new contract with WRG to provide site specific services towards the installation and operation of the Wildfire Flamefront Simulator.� As the system was designed, built, and tested by WRG, the company has the specialized knowledge, personnel, and experience to safely and correctly assist the Forest Service in the safe and correct application of system setup and operation. Moreover, WRG has a strong working relationship with VAFB and has a separate contract with VAFB providing quarterly maintenance to the Fire Department training props. WOPPS intends to non-competitively award this requirement to WRG. The Wildland Flame Front Simulator system is a unique system; the only other system in the world with a similar purpose is in New South Wales, Australia and uses very different methods and designs for controlling for heat release. WRG is uniquely qualified to perform this work because of the integral role in designing and building the system.� They have the specialized knowledge, personnel, and experience to safely and correctly assist the Forest Service in the safe and correct application of system setup, operation, and demobilization. In addition, they have established working relationships with VAFB and are familiar with the VAFB-specific requirements and needs. For this contract, the Contractor shall provide all services necessary to prepare the site location, transport and install the Wildland Flame Front Simulator system, and test and provide full validation of the system�s operations. The North American Industry Classification System (NAICS) code for this requirement is 333999 with the size standard of 500 employees. Again, this notice of intent is not a request for proposals or quotes. However, all responsible sources may submit an offer and capabilities/narrative that proves by clear and convincing evidence that detail their ability to provide the services and expertise needed for this requirement.�If said OFFER and capabilities/narrative is received within fifteen (15) calendar days of publication of this notice, the narrative will be considered by WOPPS. All responses must be submitted to the Government point of contact via email -�joanne.meiers@usda.gov. A determination by the Government not to open the requirement to competition based upon the 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.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/4e38b014c9404660b8f2e4de444c1783/view)
 
Place of Performance
Address: Lompoc, CA 93437, USA
Zip Code: 93437
Country: USA
 
Record
SN05999212-F 20210514/210512230110 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.