Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 29, 2013 FBO #4235
SPECIAL NOTICE

54 -- SPECIAL NOTICE OF INTENT TO SOLE SOURCE - ACCESS SECURITY PRODUCTS LTD

Notice Date
6/27/2013
 
Notice Type
Special Notice
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
USACE ITL, GSL, EL, CHL, Vicksburg, 3909 HALLS FERRY ROAD, VICKSBURG, MS 39180-6199
 
ZIP Code
39180-6199
 
Solicitation Number
W81EWF30855494
 
Archive Date
9/25/2013
 
Point of Contact
Amanda Andrews, 601-634-5249
 
E-Mail Address
USACE ITL, GSL, EL, CHL, Vicksburg
(amanda.andrews@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The US Army Corps of Engineers, Engineer Research and Development Center (ERDC) intends to negotiate on a sole source basis (IAW FAR 13.106-1) with Access Security Products Ltd., 610 S. Service Rd. W., Oakville, Ontario L6K 2H4, as the only responsible source that can provide vault panels constructed of a proprietary cement-based material currently being developed and tested. The basic requirements for these vault panels are below: The Special Projects group of the Structural Engineering Branch, Geotechnical and Structures Laboratory is in need of six large wall panels. These panels must be 6 foot wide by 8 foot tall. Two must be 8 inches thick, two 12 inches thick, and two 18 inches thick. These panels must also be manufactured with a cement-based material similar to Densit TT-5 mix and have an unconfined compressive strength of no less than 40,000 psi (approximately 275 MPa). They must have a reasonable amount of reinforcing steel. The manufacturer can dictate the amount of reinforcing steel for each thickness. The panels must not have any sort of permanent metallic pan or form attached. Access Security Products Ltd. is the sole provider for modular vault panels in this configuration. The material used in these safes is a proprietary mix used and developed by Access Security Products Ltd. This acquisition is being conducted under simplified acquisition procedures. The intended procurement will be classified under North American Industry Classification System (NAICS) 332999 with a Small Business Size Standard of 750 employees. This notice of intent is not a request for competitive proposals and no solicitation document exists for this requirement. However, parties interested in responding to this notice shall submit technical data, including price, sufficient to determine capability in providing the same or similar product. All capability statements received by the closing date of this publication of this synopsis will be considered by the Government. 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 normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Capability statements shall be submitted only by e-mail as a Microsoft Office Word, Microsoft Office Excel, or Adobe PDF attachment to Amanda.Andrews@usace.army.mil. Statements are due by 1200 (12:00pm) Central Standard Time 8 July 2013. No phone calls will be accepted. Point of Contact Amanda Andrews, Contract Specialist, Phone 601-634-5249, Email Amanda.Andrews@uasce.army.mil Delivery: All items are to be delivered to Fort Knox, Kentucky.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/329/W81EWF30855494/listing.html)
 
Record
SN03101546-W 20130629/130627235747-4c5671b088b50a2573090e2b6995501d (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.