Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 19, 2005 FBO #1181
MODIFICATION

16 -- SMOKEJUMPER PARACHUTE DELIVERY SYSTEMS for the BUREAU OF LAND MANAGEMENT and USDA FOREST SERVICE

Notice Date
2/17/2005
 
Notice Type
Modification
 
Contracting Office
BLM NATIONAL BUSINESS CENTER BC663, BLDG 50, DFC, PO BOX 25047 DENVER CO 80225
 
ZIP Code
80225
 
Solicitation Number
NAR050020
 
Response Due
3/28/2005
 
Archive Date
2/17/2006
 
Small Business Set-Aside
Total Small Business
 
Description
The purpose of this announcement modification is to supercede the preceeding announcement and modification 0001 to reflect the correct description. All dates and descriptions referred to in this announcement modification replace all others. DESCRIPTION: The Bureau of Land Management (BLM) is currently teaming with the USDA Forest Service (FS), for a combined requirement to replace and improve two separate and distinct agency Smokejumper (SMJ) parachute deployment systems, with a single common system for adoption by both agencies. The BLM and FS Fire Management programs will utilize the new SMJ Parachute System to aerially deliver Smokejumpers to wildland fire incidents under the following conditions: parachuting into remote wild land areas and landing in open fields or meadows where a variety of surface features will be encountered (to include grass, brush or snow ground cover, hard, soft, wet, or dry surface conditions); parachuting into small or confined landing areas that are surrounded by trees; parachuting into sites with mission specific equipment attached to the parachute harness system; parachuting into mountainous areas that may include any of or a combination of the conditions previously referenced; with Smokejumper experience levels varying from 0 to 600 jumps. The New SMJ Parachute System basic design shall be a non-developmental, commercially available product. The New SMJ Parachute System must be flight proven. Some design adjustments to the basic design will be acceptable to meet the requirements of the specification released with the Solicitation. The New SMJ Parachute System shall include the required Main Canopy Sub-assembly, Reserve Canopy Sub-assembly, Pack/Harness Sub-assembly, Smokejumper model CYPRES Automatic Activation Device (to be provided as GFE) Sub-assembly, and components such as risers, bridles, deployment bags, pilot chutes, cushioning and hardware necessary for a fully operational and safe parachute ready for jumping in Static Line configuration (must be direct bag capable). It shall meet requirements of the specification at the time of proposal submission, and shall retain this certification throughout deliveries, testing and its entire life. The harness and container assembly must be compatible with a variety of appropriate main and reserve canopies. Due to the need to integrate the requirements of two agencies, and multiple Smokejumper bases, the proposal and evaluation process will involve multiple phases. All vendors who believe they meet the technical requirements of the solicitation estimated to be released on or about March 14 2005 will be invited to submit technical proposals on or around April 15, 2005. Technical proposals will be evaluated based on criteria identified in the Solicitation and those vendors who make the competitive range will be invited to submit one (1) complete assembly and one (1) representative representing their firm to the Government for the Phase II Ground Evaluation. Assemblies will be evaluated based on Ground Evaluation criteria identified in the Solicitation, and those vendors who make the competitive range will be invited to submit a price proposal and four (4) complete assemblies for the Phase III Jump Evaluation. Assemblies will be evaluated based on Jump Evaluation criteria identified in the Solicitation and the vendor who is deemed to represent the best value to the government, considering technical, past performance, and price, will be awarded a contract for a minimum of 60 complete assemblies with options for 1,000 to 1,500 additional units or sub components to be purchased over four option years. Options will be exercised contingent upon the results of a field evaluation that will occur in the 2006 Fire Season. Due to the complexities of the proposal and evaluation process, a Pre-proposal conference will be held in Denver two weeks after the Solicitation has been posted, on or about March 29, 2005. The approximate milestone schedule for this acquisition is as follows: (1) Solicitation released 3/15/05; (2) Pre-proposal conference in Denver 3/29/05; (3) Technical Proposal due date 4/15/05; (4) Phase I Technical Evaluation in Denver 4/18/05 to 4/21/05; (5) Phase II Ground Evaluation 5/26/05 to 6/22/05; (6) Phase III Jump Evaluation 9/26/05 to 10/14/05; (7) Contract Award 12/19/05; (8) Receipt of 60 complete assemblies 5/12/06; (9) Phase IV Field Test Summer 2006 Fire Season; (10) Option Exercise for up to 1,500 additional assemblies over four years 2007 through 2010. The proposed contract is 100% set-aside for small business concerns under NAICS code 314999, with a size standard of 500 employees. The requirement will be awarded on a firm-fixed price basis as an Indefinite Delivery-Indefinite Quantity contract with a base year and four options. Offerors will be requested to visit the Federal Business Opportunities website at http://www.fedbizopps.gov to download a copy of the solicitation. A written copy of the solicitation will not be made available. All offerors are reminded that in order to be eligible for contract award registration in the Central Contractor Registration (CCR) database at http://www.ccr.gov/ is required. Any questions about this requirement in advance of the solicitation release date, should be directed to Elaine E. Flick, Contracting Officer, at 303-236-3528 or elaine_flick@blm.gov.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=LM142201&objId=851731)
 
Place of Performance
Address: Boise, ID
Zip Code: 83706
Country: USA
 
Record
SN00753766-W 20050219/050217212142 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.