Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 15, 2016 FBO #5348
SPECIAL NOTICE

16 -- Intent to Sole Source - Reserve Parachute

Notice Date
7/13/2016
 
Notice Type
Special Notice
 
NAICS
314999 — All Other Miscellaneous Textile Product Mills
 
Contracting Office
Department of Agriculture, Forest Service, R-1 IMAT: Clearwater; Idaho Panhandle; Kootenai; and Nez Perce NF's, 3815 Schreiber Way, Coeur d'Alene, Idaho, 83815-8363, United States
 
ZIP Code
83815-8363
 
Solicitation Number
AG-0343-S-16-0068
 
Archive Date
8/12/2016
 
Point of Contact
Estyn Kevitt, Phone: 2087657433
 
E-Mail Address
ekevitt@fs.fed.us
(ekevitt@fs.fed.us)
 
Small Business Set-Aside
N/A
 
Description
The US Forest Service (USFS) intends to award a sole source purchase order under the authority of FAR 13.501(a), due to only one source being available to meet the Government's needs, to Airborne Systems, Inc., 3701 W. Warner Ave, Santa Ana, CA 92704-5218. The requirement is for an Indefinite Delivery Indefinite Quantity (IDIQ) contract to purchase MT1S Reserve Canopy and Deployment Systems (P/N 811306‐0 and 886452‐0) for USFS Region 1 Aerial Fire Depot on an as needed basis. The Airborne systems MT1S is a 275 sq. ft., 5 cell reserve parachute. It is the only reserve parachute currently approved for use in the USFS Smokejumper Ram-air system. The Smokejumper reserve parachute must accommodate a payload ranging from 220 to 350 pounds. It must also be compatible with our currently approved FS ram-air container system, be able to achieve descent rates from 0 to 10 feet per second in no wind conditions and also must be able to reach these rates using a static, deep brake setting. Additionally, the canopy must have at least a 20 mph forward speed to operate in high wind conditions. Parachutes must be approved through the USFS canopy evaluation plan that consists of 4 phases in 2012. The objective of the USFS canopy evaluation plan is to systematically evaluate potential smokejumper canopies and their suitability for smokejumper operations. The phases include: o Phase I testing consist of three parts:  Trim jump- Ensures the canopy is set up correctly tor evaluation jumps.  Evaluation jumps- Jumper perform specific maneuvers and compare the canopy against currently approved USFS canopies.  Flight performance data. o Phase II evaluates the viability of the canopy in terrain and tight jump spots. o Phase III is a field test to evaluate the canopy under normal field conditions. o Phase IV is an extended field evaluation to determine canopy reliability. In order for a canopy to be approved for USFS Smokejumper use it must pass all four phases This notice of intent is not a request for competitive proposals and no solicitation document exists for the requirement. Sources interested in responding to this notice are required to submit a capability statement that includes management and technical data and cost information, in sufficient detail and with convincing evidence that clearly demonstrates the capability to provide the USFS's requirement. Capability statements shall not exceed five (5) pages using a font size no smaller than 10-point. All capability statements received by the due date of this notice will be considered by the Government. A request for documentation or additional information or submissions that only ask questions will not be considered as an affirmative response. A determination by the Government not to compete based on responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement or to proceed with a sole source purchase order. Capability statements are due by 4:00 PM Pacific Time, July 28, 2016. Capability statements shall be submitted by e-mail ONLY as a Microsoft Word or Adobe PDF attachment to the following address: ekevitt@fs.fed.us
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/281/AG-0343-S-16-0068/listing.html)
 
Place of Performance
Address: Region 1 Aerial Depot, 5765 W. Broadway, Missoula, Montana, 59808, United States
Zip Code: 59808
 
Record
SN04180631-W 20160715/160713234430-e3b74a36124689dd3da4a713b06145d0 (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.