Montana Bids > Bid Detail

Smokejumper MT1S Reserve Canopies, Deployment Systems, and DC7 Main Canopies

Agency: AGRICULTURE, DEPARTMENT OF
Level of Government: Federal
Category:
  • 16 - Aircraft Components and Accessories
Opps ID: NBD00159980487686062
Posted Date: Mar 13, 2023
Due Date: Mar 23, 2023
Solicitation No: 1202SA23Q9801
Source: https://sam.gov/opp/f5228c6a68...
Follow
Smokejumper MT1S Reserve Canopies, Deployment Systems, and DC7 Main Canopies
Active
Contract Opportunity
Notice ID
1202SA23Q9801
Related Notice
Department/Ind. Agency
AGRICULTURE, DEPARTMENT OF
Sub-tier
FOREST SERVICE
General Information
  • Contract Opportunity Type: Special Notice (Original)
  • All Dates/Times are: (UTC-06:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Mar 13, 2023 09:26 am MDT
  • Original Response Date: Mar 23, 2023 02:00 pm MDT
  • Inactive Policy: Manual
  • Original Inactive Date: Dec 31, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 1670 - PARACHUTES; AERIAL PICK UP, DELIVERY, RECOVERY SYSTEMS; AND CARGO TIE DOWN EQUIPMENT
  • NAICS Code:
    • 314999 - All Other Miscellaneous Textile Product Mills
  • Place of Performance:
    Missoula , MT 59808
    USA
Description

Notice of Sole Source Intent. This requirement is for commercial items as defined in FAR 2.101 and will be prepared in accordance with the information in FAR Subpart 13.5, as supplemented with the additional information included in this notice. This notice of intent is not a competitive solicitation or request for quotes. No solicitation package is available.





The U. S. Department of Agriculture, Forest Service (USFS), intends to award a contract to Airborne Systems North America of NJ, Inc. (ASNA) for MT1S reserve canopies, deployment systems, and DC7 main canopies. The USFS has found ASNA to be the only reasonably available source to successfully supply the required canopies and deployment systems for smokejumper operations. The resulting contract will be for a 12-month base period and include four (4) additional 12-month option periods; to be exercised at the USFS’ discretion. Since the USFS’ initial market research indicates that only one responsible source can provide the canopies and deployment systems that will satisfy the Agency's requirements, a sole source justification is being prepared. The USFS anticipates award before 1 May 2023 with services to begin no later than 1 June 2023.





Contractors that have questions regarding the sole source nature of this requirement or contractors who believe they can provide the required canopies and deployment systems are encouraged to identify themselves and give written notification to the Contracting Officer. All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the USFS. Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government. Responses to this notice can be emailed to Gwendolynn.Boyle@usda.gov.





All responses must include the contractor's Unique Entity ID (UEI) and Tax Identification Number (TIN). Contractors must additionally identify themselves as either a small business or other than small business under North American Industry Classification System (NAICS) code 314999, All Other Miscellaneous Textile Product Mill, Parachutes Manufacturing. The applicable small business size standard is 500 employees. The Product Service Code is 1670 Parachutes: Aerial Pick Up, Delivery, Recovery Systems; and Cargo Tie Down Equipment.





A determination by the USFS not to compete this proposed action, based on the responses to this notice, is solely within the discretion of the USFS. Information received will be considered solely for the purpose of determining whether or not to conduct a competitive procurement.





Any contractor interested in conducting business with the Federal Government must be registered and active in the System for Award Management (SAM.gov) prior to submitting a response. SAM.gov is a FREE, Federal Government-owned and operated website at https://sam.gov/content/home. By submitting a response, the contractor is self-certifying that neither the principal corporate official(s) nor owner(s) is currently suspended, debarred, or otherwise ineligible to receive contracts from any federal agency. Failure to do so may represent grounds for refusing to accept the response. By submission of a response, the contractor acknowledges the requirement that a prospective awardee shall be registered in the SAM.gov database prior to award, during performance, and through final payment of any resulting contract. All invoices for this procurement shall be submitted through the Department of Treasury's Internet Payment Platform located at https://www.ipp.gov.





Any questions regarding this proposed action can be directed to Gwen Boyle at Gwendolynn.Boyle@usda.gov.


Attachments/Links
Contact Information
Contracting Office Address
  • US
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 13, 2023 09:26 am MDTSpecial Notice (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >