SPECIAL NOTICE
13 -- IED Simulator Kit
- Notice Date
- 9/9/2008
- Notice Type
- Special Notice
- NAICS
- 332995
— Other Ordnance and Accessories Manufacturing
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for Tennessee, PO Box 40748, Nashville, Tennessee, 37204-0748
- ZIP Code
- 37204-0748
- Solicitation Number
- W912L7-08-T-0029
- Archive Date
- 9/27/2008
- Point of Contact
- Terri A. Hover,, Phone: 6153132658, John W. Anders,, Phone: 6153132650
- E-Mail Address
-
terri.hover@us.army.mil, john.anders@ng.army.mil
- Small Business Set-Aside
- Total Small Business
- Description
- Notice of intent to award a sole source purchase order to Gun F/X Tactical Development, Inc. The award will be made for the purchase of the supplies described below. This procurement is being conducted under Federal Acquisition Regulation (FAR) Part 6.302-1, for Other than Full and Open Competition and FAR Part 13, Simplified Acquisition Procedures. All inquiries and concerns must be addressed in writing to USPFO for Tennessee Contracting Division Attn: Terri Hover, PO Box 41502 Nashville, or sent by email to terri.hover@us.army.mil. Telephone requests or inquiries will not be accepted. Responses to this notice shall be received no later than 4:00 PM Central Daylight Savings Time, Friday, September 12, 2008. A determination not to compete this requirement is within the discretion of the Government. Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government in future procurements. The point of contact for this announcement is Terri Hover, Contract Specialist, at terri.hover@us.army.mil. The following justification and approval is provided for other than full and open competition for this purchase. 1. This request for justification for other than full and open competition is for a purchase order to provide the IED Simulator Kit described below for the Tennessee Army National Guard. 2. The supplies are two single IED Simulator Kit training aids. Each single kit includes: (5) M-14 IED/Mine Simulator; (5) M-16 IED/Mine Simulator; (350) CO2 Cartridges; (2) Burst Disk (case of 250); (250) Pre-Pack Smoke simulant Powder; (4) Maintenance Kits: (10) M-16 pull pins. This device will safely allow soldiers to train and react realistically in the field. 3. The total estimated value of these services is on file at this contracting office and can be obtained through Freedom of Information Act procedures. 4. Statutory Authority: FAR 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. 5. Gun F/X Tactical Development, Inc has proprietary rights to manufacture the parts required for these supplies and has technicians who are technically qualified to perform the manufacturing, therefore making them the only source capable of fulfilling this requirement. 6. Efforts to solicit other contractors will be made via http://www.fedbizopps.gov in accordance with FAR 5.2. A Notice of Intent to Award Sole Source will be issued on Tuesday, September, 9, 2008. 7. The anticipated cost of this acquisition is determined fair and reasonable by comparison of prices proposed by the offeror of items that are invoiced to other consumers. 8. Efforts were made to identify other sources of competition by advertising this requirement on GSA eBuy. Under three different category codes 84 426 4E, 84 426 4K, and 84 426 1A. 9. There are no other facts to support the use of other than full and open competition. 10. No other firms expressed an interest in this acquisition. 11. No actions to remove barriers to competition will be taken, as the Gun F/X Tactical Development, Inc is the only known vendor who can provide this service. 12. This justification is accurate and complete to the best of my knowledge and belief. 13. Proposals: Vendors shall submit a technical proposal and a pricing proposal in response to this Request for Quote describing the supplies requested. 14. Evaluation Criteria: Award will be made to the lowest priced vendor who submits a technically acceptable proposal. To be considered technically acceptable the vendors proposal shall: a. Submit a plan demonstrating they are capable of performing these types of services. This plan shall describe how the vendor intends to accomplish manufacturing of the supplies. b. Demonstrate that the employees performing this work shall be technically qualified to perform the work. c. Provide recent and relevant experience performing this type of work successfully. d. Complete NLT 12 September, 2008.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=52fd2a1a45f133f7b8c115e150844de0&tab=core&_cview=1)
- Place of Performance
- Address: HHC 194th ENGR ULLS S4, W01 Steven Clayton, 1510 HWY 70 ByPass, Jackson, Tennessee, 38302-2347, United States
- Zip Code: 38302-2347
- Zip Code: 38302-2347
- Record
- SN01664442-W 20080911/080909221852-52fd2a1a45f133f7b8c115e150844de0 (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 |