Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2009 FBO #2834
SOURCES SOUGHT

99 -- PHASE 2 EXPLOSIVE DESTRUCTION SYSTEM VESSEL

Notice Date
8/26/2009
 
Notice Type
Sources Sought
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
US Army Sustainment Command, ATTN: AMSAS-AC, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W52P1J-09-G-0005
 
Response Due
9/25/2009
 
Archive Date
11/24/2009
 
Point of Contact
kevan woodin, 309-782-3961
 
E-Mail Address
US Army Sustainment Command
(kevan.woodin@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
It is anticipated that a sole source contract action will be awarded, in accordance with FAR 6.302-1, to Grayloc Products LLC, Houston, TX, as a follow-on contract action for the continued production of the highly specialized phase 2 Explosive Destruction System vessel. The Product Manager for Non-Stockpile Chemical Materiel (PMNSCM) has developed transportable destruction units that can safely destroy recovered chemical munitions in close proximity to where they were recovered thereby significantly reducing chemical munition handling and transport requirements. These units are referred to as the Explosive Destruction System (EDS). Two versions of the EDS have been developed: the EDS Phase 1 (P1) and the EDS Phase 2 (P2). All EDS units fielded to date have undergone extensive developmental and operational testing (DT/OT), and follow-on testing, and have been approved for chemical disposal operations. Both EDS 1 and EDS 2 are designed with a sealed, stainless steel containment vessel, which contains all the blast, vapor and fragments from the chemical munition, protecting the surrounding environment. The Government intends to acquire one (1) spare phase 2 EDS vessel from Grayloc Products LLC, since the last government-maintained spare phase 2 vessel has been utilized. The overall period of performance is anticipated to be 300 days after award. The award will be as a delivery order against the Governments Basic Ordering Agreement W52P1J-09-G-0005 with Grayloc Products LLC. The supply has been deemed to be available only from one source for the continued production of the required system as Grayloc Products has demonstrated their unique and highly specialized experience, capabilities, and institutional knowledge in providing the previous four (4) identical phase 2 EDS vessels. In addition, even though the Government owns the overall technical data package (TDP) for the EDS, the Governments TDP only contains top level drawings, as provided by Grayloc Products LLC, for the vessel assembly. The Governments TDP does not contain the necessary detailed manufacturing, performance, and testing criteria drawings/specifications needed to competitively fabricate, assemble and test a phase 2 EDS vessel. Grayloc Products LLC owns the proprietary, patented design criteria for the door and clamp sealing components, which are integral parts of the vessel. As such, the continued production of the EDS phase 2 vessel, utilizing the original highly qualified source, represents the logical conclusion of the previous efforts and will provide the continuity for the successful delivery of the vessel within the Governments timeframe. No other contractor has the unique experience, capabilities, and institutional knowledge to deliver a functional, interchangeable phase 2 EDS vessel within the timeframe required by the Government. The appropriate Justification and Approval has been approved in accordance with FAR 6.304. The proposed contract action is for a supply item for which the Government intends to solicit and negotiate, utilizing Alpha contracting techniques, with Grayloc Products under the authority of FAR 6.302-1. As such, no formal request for proposal will be issued. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. However, this notice of intent is not a request for competitive proposals. All submitted information by interested parties that is received within thirty (30) days after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed contract action based upon responses to this notice is solely within the discretion of the Government. The submitted information by interested parties will be considered solely for the purpose of determining whether to conduct a competitive procurement. Award of the subject contract is anticipated to be no later than 30 September 2009. Email responses shall be submitted to the Contracting Officer, Kevan Woodin, at kevan.woodin@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMC/DAAA09/W52P1J-09-G-0005/listing.html)
 
Place of Performance
Address: U.S. Army Contracting Command, Rock Island Contracting Center ATTN: CCRC-DB Rock Island IL
Zip Code: 61299-8000
 
Record
SN01927707-W 20090828/090827001205-62327a308c7840122c0ff1644b3ac5eb (fbodaily.com)
 
Source
FedBizOpps 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.