SPECIAL NOTICE
84 -- ActSafe Ascender
- Notice Date
- 7/6/2011
- Notice Type
- Special Notice
- NAICS
- 333923
— Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
- Contracting Office
- ACC-APG SCRT - Natick (SPS), ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
- ZIP Code
- 01760-5011
- Solicitation Number
- W91A2K11726003
- Archive Date
- 10/4/2011
- Point of Contact
- Nathan C. Jordan, 508-233-6034
- E-Mail Address
-
ACC-APG SCRT - Natick (SPS)
(nathan.c.jordan@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Introduction: Pursuant to FAR Subpart 13.5 the U.S. Army RDECOM Contracting Center, Natick Contracting Division, on behalf of PM SOF intends to award a firm fixed price purchase order on a sole source basis to: Scan Pacific Northwest, 170 West Dayton, Suite 101, Edmonds, WA 98020. THIS IS NOT A REQUEST FOR PROPOSALS. No solicitation document is available. 1) FAR Statutory Authority cited: 13.5 Test Program for Certain Commercial Acquisitions, Section 4202 of the Clinger-Cohen Act of 1996 procedures. 2) Nature and description of the supplies or services required to meet the agency's needs: The ActSafe Ascender is a device that is capable of hauling personnel and/or equipment in various environments. It is a thirty-seven (37) pound battery-powered, waterproof system capable of lifting 400 lbs, hauling up to a 1000 ft distance, and has an ascend/descend speed up to 6/8 ft/sec, respectively, with a given load. It utilizes an 11mm rope. The intent is to award a Firm Fixed Price type contract. 3) A demonstration that the proposed contractor is the only source available to provide these services or goods (i.e. unique qualifications, proprietary rights, etc.): These items are going to be used for test and evaluation purposes. The acquisition will be procured utilizing Federal Acquisition Regulation (FAR) 13.5, Test Program for Certain Commercial Acquisitions, Section 4202 of the Clinger-Cohen Act of 1996 procedures. This test program authorizes the use of simplified acquisition procedures for the acquisition of commercial items up to $6,500,000.00. 4) A description of the market research that was conducted and the results, or a statement of the reason a market research was not conducted: Market research was conducted, and the notices required by FAR 5.201 have been issued. At this time, the program office has no intention of issuing a formal RFP. The project office will continue to perform market research to find additional sources of supply for items that meet USSOCOM requirements. 5) Any other facts supporting the use of other than full and open competition: NA 6) A statement of the actions, if any, the agency may take to remove or overcome any barriers to competition before any subsequent acquisition for the supplies or services required: Not feasible at our level. Interested parties may identify their interest and capability to respond to this requirement to the U.S. Army RDECOM Contracting Center, Natick Contracting Division via e-mail to: Nathan.c.jordan@us.army.mil no later than 8:00 a.m. on July 11, 2010. Contracting Office Address: RDECOM Contracting Center - Natick CCRD-NA-SU, Natick Contracting Division Kansas Street, Building 1 Natick, MA 01760-5011 Point of Contact: Nathan Jordan, Contract Specialist Nathan.C.Jordan@us.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/e88c85457577baf3dd1aec066b66a266)
- Record
- SN02490610-W 20110708/110706234835-e88c85457577baf3dd1aec066b66a266 (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 |