Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 02, 2024 SAM #8284
SPECIAL NOTICE

84 -- Neutrally Buoyant Ballistic Plates

Notice Date
7/31/2024 11:22:08 AM
 
Notice Type
Special Notice
 
Contracting Office
HQ CONTRACT OPERATIONS (CG-912)(000 WASHINGTON DC 20593 USA
 
ZIP Code
20593
 
Solicitation Number
70Z02324C72100001
 
Response Due
8/15/2024 12:00:00 PM
 
Archive Date
10/01/2025
 
Point of Contact
Adam Petty
 
E-Mail Address
adam.f.petty1@uscg.mil
(adam.f.petty1@uscg.mil)
 
Description
THIS IS A NOTICE OF INTENT, NOT A REQUEST FOR COMPETITIVE PROPOSALS 1. Contracting Agency and Activity: The United States Coast Guard, HQ Contracting Division (CG-912), intends to award a sole source Firm-Fixed Price contract to First Spear, LLC - SAM UEI ENLSN31RWYQ5. The anticipated period of deliveries is September 2024 through December 2024. 2. Description The Coast Guard requires Neutrally Buoyant Ballistic Plates to complete its statutory missions in the Maritime Safety & Security Team (MSST) community. These plates are not currently in inventory with the USCG and are unique in design and purpose. As requested by LANTAREA and PACAREA, the specifications are polyethylene, Level III, buoyant, and manufactured specifically to work with the Ballistic Protective System (BPS); the only manufacturer that can meet these requirements is First Spear, LLC as identified by CG-721. 3. Statutory Authority. 10 U.S.C. � 3204(a)(1) implemented by the FAR 6.302-1 entitled �Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements.� 4. Reasons for Authority Cited: Through market research it has been determine that Neutrally Buoyant Ballistic Plate (NBBP), FirstSpear part-number 300-17-60406-000 �NBBP, Level III, Multicam Cordura Wrapped, SAPI� in all SAPI sizes: Small, Medium, Large & Extra Large is solely manufactured for FirstSpear and exclusively distributed by FirstSpear. These NBBP are the only plates compatible with the carriers owned by the USCG and certified for use. No solicitation is available for this requirement. However, any firm that believes it can meet the requirements can submit a capability statement, which will be considered by the agency. Responses to this notice must provide clear and convincing evidence that competition would benefit the government, would not be prohibitively expensive or time-consuming, and that interested parties would be likely to participate. If a competitive procurement is to be conducted, the information obtained will be considered. It is entirely up to the Government to decide whether to compete the proposed procurement based on responses to this notice. The Government will not be responsible for any costs incurred. Responses must be received via email at Adam.F.Petty1@uscg.mil by August 15, 2024. Responses sent via other means (i.e., via telephone call, facsimile transmission, etc.) will not be considered. All responding vendors must be registered to the System for Award Management (SAM). Information can be found at https://www.sam.gov. Complete SAM registration means a registered Unique Entity ID and CAGE.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/485dfadf86ee4cf9989bbec70ae12195/view)
 
Place of Performance
Address: Washington, DC 20032, USA
Zip Code: 20032
Country: USA
 
Record
SN07150276-F 20240802/240731230120 (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.