Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 08, 2011 FBO #3513
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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.