Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 05, 2011 FBO #3329
SOLICITATION NOTICE

99 -- Procurement of One (1) Spare Phase 2 EDS Vessel

Notice Date
1/3/2011
 
Notice Type
Presolicitation
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
Rock Island Contracting Center (RI-CC), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W52P1J-11-R-0040
 
Response Due
2/3/2011
 
Archive Date
4/4/2011
 
Point of Contact
Lisa Digney, (309) 782-4946
 
E-Mail Address
Rock Island Contracting Center (RI-CC)
(lisa.m.digney@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 Project Manager for Non-Stockpile Chemical Materiel 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. The overall period of performance is anticipated to be 360 days after award. The award will be as a delivery order against the Government's 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 five (5) identical Phase 2 EDS vessels. In addition, even though the Government owns the overall technical data package (TDP) for the EDS, the Government's TDP only contains top level drawings, as provided by Grayloc Products LLC, for the vessel assembly. The Government's 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 Government's 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 will be 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 on a sole source basis, 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 capabilities to respond to this 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 2011. Email responses shall be submitted to the Contract Specialist, Mrs. Lisa Digney, at lisa.m.digney@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/39e864784cdfc44b6c1cd7cc7d08f6fe)
 
Place of Performance
Address: Rock Island Contracting Center (RI-CC) ATTN: CCRC-DB Rock Island IL
Zip Code: 61299-8000
 
Record
SN02352908-W 20110105/110103233731-39e864784cdfc44b6c1cd7cc7d08f6fe (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.