SPECIAL NOTICE
84 -- Non-Projectile, Force on Force, Firearm Tactical Training System - Stress Vest System
- Notice Date
- 8/19/2016
- Notice Type
- Special Notice
- NAICS
- 423490
— Other Professional Equipment and Supplies Merchant Wholesalers
- Contracting Office
- Department of Homeland Security, United States Secret Service (USSS), Procurement Division, 245 MURRAY LANE SW, BLDG T-5, WASHINGTON, District of Columbia, 20223, United States
- ZIP Code
- 20223
- Solicitation Number
- HSSS01-16-R-0060
- Archive Date
- 9/15/2016
- Point of Contact
- Cathryn Bradley, Phone: 2024066795, David C. Kelley, Phone: 2024066808
- E-Mail Address
-
cathryn.bradley@usss.dhs.gov, david.kelley@usss.dhs.gov
(cathryn.bradley@usss.dhs.gov, david.kelley@usss.dhs.gov)
- Small Business Set-Aside
- N/A
- Description
- NOCA HSSS01-16-R-0060 The United States Secret Service intends to award a sole source contract to Setcan Corporation, 1080 Kingsbury Avenue, Winnipeg, MB, R2P 1WS, Canada. The anticipated contract will be a Firm Fixed Price (FFP) Contract. The proposed contract action is for Setcan Corporation StressVest system and accessories. The primary North American Industry Classification System (NAICS) code 423490, Other Professional Equipment and Supplies Merchant Wholesalers with the size standard of 100 employees. This authority is supported by an approved Sole Source Justification/Justification and Approval. A determination by the Government not to compete this proposed requirement on a full and open competitive basis upon receipt of responses to this notice is solely within the discretion of the Government. It is the Government's intent to proceed with this sole-source action. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. The government intends to solicit and negotiate with only one source under the authority of FAR 6.302. The reasons justifying the lack of competition are: This is a sole source to Set Scan for the Stress Vest training system. Stress Vest is the only product of its kind that can provide a self-contained system. This is the only vest on the market that can both accurately record the location and time of the firearms hit and provides instant feedback to the student. The covered equipment in this contract will include stress vests; conversion kits; instructor tablets; laser inserts; head sensor ball caps; side panels and side body mount sensors. Only Setcan Corporation can provide a self-contained system with the capabilities listed above. THIS NOTICE OF INTENT IS NOT A REQUEST FOR PROPOSALS OR QUOTATIONS. A proposal is being requested from Setcan Corporation for StressVest system and accessories. This notice is neither a request for proposal nor a solicitation of offers. The determination of the Government not to open this requirement to full and open competition was made in accordance with FAR Part 6.302-1 and is solely at the discretion of the Government. Interested parties may identify their interest and capability to respond to the requirement or submit proposals. No formal solicitation package will be issued. Responses may only be sent via email to the contract specialist identified in this notice. Please note that this is only a notice of intent and is not a request for competitive proposals. All responses received within five (5) calendar days after the date of publication of this synopsis will be considered by the government. All information submitted should support the offeror's capability to provide the items/services required, and shall be furnished at no cost or obligation to the Government. Responses must be in writing and must provide clear and concise documentation indicating an offeror's capability to provide these items/services. Requests for copies of a solicitation in response to this notice will not be honored or acknowledged. A determination by the Government not to compete this proposed action based upon responses to this notice is solely within the discretion of the Government. However, any interested vendor may submit their capabilities to the Contracting Officer by August 31, 2016. Submission of information does not guarantee that this requirement will become a competitive procurement. Information received will be considered solely for the purpose of determining whether conducting a competitive procurement in the future is in the best interest of the government. NOCA HSSS01-16-R-0060 PHONE CALLS WILL NOT BE ACCEPTED. Verbal responses are not acceptable and will not be considered. All responses and questions shall be submitted to the Contract Specialist, Cathryn Bradley, via email at cathryn.bradley@usss.dhs.gov. Contracting Office Address: 245 Murray Lane SW Bldg. T-5 Washington, District of Columbia 20223 United States Primary Point of Contact: Cathryn Bradley cathryn.bradley@usss.dhs.gov Phone: 2024066795Secondary Point of Contact: David Kelley, Contracting Officer david.kelley@usss.dhs.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USSS/PDDC20229/HSSS01-16-R-0060/listing.html)
- Record
- SN04233405-W 20160821/160819235925-38154fa60bfdddd9b18646682d357124 (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 |