Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 17, 2025 SAM #8543
SPECIAL NOTICE

13 -- NISC Pyrotechnics (Flare Mechanized, Non-Mechanized) Supply

Notice Date
4/15/2025 6:35:09 AM
 
Notice Type
Special Notice
 
NAICS
332994 — Small Arms, Ordnance, and Ordnance Accessories Manufacturing
 
Contracting Office
USDA-FS, INCIDENT PROCUREMENT LOGISTICS Boise ID 837055354 USA
 
ZIP Code
837055354
 
Solicitation Number
1202SC25Q2702
 
Response Due
3/21/2025 12:00:00 PM
 
Archive Date
04/05/2025
 
Point of Contact
THERESA HOOD
 
E-Mail Address
theresa.hood2@usda.gov
(theresa.hood2@usda.gov)
 
Description
SPECIAL NOTICE: 1202SC25Q2702 Description: NOTICE OF INTENT TO AWARD A SOLE SOURCE Project Title: National Interagency Incident Support Cache (NISC) Pyrotechnics (Flare Mechanized, Non-Mechanized) Supply The United States Department of Agriculture (USDA) Forest Service (FS), Procurement & Property Services (PPS), Incident Procurement Operations (IPO), Logistics Contracting Branch (LCB), intends to issue a Firm Fixed Priced contract under the authority 41 U.S.C. � 1901 - Simplified Acquisition Procedures up to $7.5 million, as authorized by FAR 13.500(a) and implemented by FAR 13.501(a), on or about 1 May 2025 to FireQuick Products, Inc. of Inyokern, CA. The intent of this requirement is to provide incendiary flares and accessories that are compatible with Forest Service owned FireQuick Flare Systems Launcher I, II, or III devices (2 �� X 6"", Hand Launched Flare � Fire, �� x 3 �� ""HOTSHOT"" Pistol Launched Flare, .22 Caliber Cartridge # 6 Purple - Blank, 'STUBBY', 1 �� X 2"" Pistol Launched Flare � Fire, & 'CHUBBIE', 2 �� X 2"" - Hand Launched Flare � Fire). The incendiary flares are needed to sustain continuity of operations throughout the NISC System for use during wildland fire season. The Contractor shall deliver supplies to all Forest Service designated cache locations upon request. The period of performance for this effort will be an ordering period of five (5) years or when the $7.5 million ceiling is met, whichever comes first. Firequick Products, Inc. maintains patents on all flare products that fulfill this requirement, and they are the only manufacturer of this line and they do not work through distributors. FireQuick Products, Inc. manages all sales directly. The PPS, IPO, LCB intends to non-competitively award this requirement to FireQuick Products, Inc. of Inyokern, CA. The required equipment, parts, and services are proprietary to FireQuick Products, Inc. and there are no other authorized vendors by FireQuick Products, Inc. to provide the mission critical supplies and services. Furthermore, FireQuick Products, Inc. parts and equipment are compatible in all aspects with existing systems/equipment presently in use, allowing personnel in the field to interchange parts in the event of mission critical, impromptu field repairs, maintaining continuity of service during fire mission times. No other manufacturer is compatible or can interchange with FireQuick Products, Inc. proprietary systems without voiding existing warranties and posing safety risks to equipment and operators. As a result, any vendor other than FireQuick Products, Inc. capable of providing a comparable model or services would not be approved by the manufacturer or per established USFS equipment approvals. FireQuick Products, Inc. is the only source capable of providing the authorized required equipment, parts, and services to maintain the safety of personnel, equipment, continuity of service, and the uninterrupted operation and mission readiness during fire seasons. The applicable North American Industrial Classification System Code (NAICS) is 332994 � Small Arms, Ordnance, and Ordnance Accessories Manufacturing. Size Standard is 1,000 employees. The Product Service Code is 1370 Pyrotechnics. This notice of intent is for information purposes only. All sources eligible to meet this requirement must respond with a capabilities statement in writing. Responses must be supported with concise and convincing evidence that clearly articulate the company�s ability to satisfy the requirement as outlined above and that competition would be advantageous to the Government, would not be cost or time prohibitive, and would not hinder the mission objective of the Forest Service Fire and Aviation directorate. The Government will not be responsible for any costs incurred by responding to this notice. This is NOT a request for quotes or proposals. A request for documentation will not be considered as an affirmative response. If no responses that demonstrate capability are received within seven (7) calendar days after publication of this notice, a sole source award will be issued. Responses to this notice must be sent to theresa.hood2@usda.gov no later than 3 PM EDT on 21 March 2025.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e696cef57d8a4a2c8232e77e7ed825c0/view)
 
Place of Performance
Address: Prescott, AZ, USA
Country: USA
 
Record
SN07408766-F 20250417/250415230041 (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.