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
- Zip Code: 20032
- 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 |