SPECIAL NOTICE
12 -- Intent to Sole Source Delayed Aerial Ignition Systems - Red Dragon Aerial Ignition Machines
- Notice Date
- 1/12/2018
- Notice Type
- Special Notice
- NAICS
- 339999
— All Other Miscellaneous Manufacturing
- Contracting Office
- Department of Agriculture, Forest Service, R-8 Cherokee National Forest, 2800 N. Ocoee Street, Cleveland, Tennessee, 37312
- ZIP Code
- 37312
- Solicitation Number
- 1256A118Q0002
- Archive Date
- 2/9/2018
- Point of Contact
- Jane M. Adler, Phone: 414-297-3800
- E-Mail Address
-
jadler@fs.fed.us
(jadler@fs.fed.us)
- Small Business Set-Aside
- N/A
- Description
- Region 9 Acquisition intends to award a sole source procurement for the acquisition of 7 Delayed Aerial Ignition machines and additional ignition spheres to Air Chuck, Inc. dba Field Support Services, to support the prescribed fire program and wildfire suppression. All aerial ignition systems must meet Occupational Safety and Health Administration (OSHA), Department of Transportation (DOT) requirements, and National Fire Protection Association (NFPA) standards as well as the required safety modifications outlined in Appendix D, E and F of the NWCG Interagency Aerial Ignition Guide. The following are the only aerial ignition systems currently approved if updated with current retrofits (reference appendix D) for interagency use by all cooperating natural resource agencies. •Premo Mark III Aerial Ignition Device (PSD). •SEI Red Dragon (PSD). The SEI Red Dragon PSD is the only product that has the recommended airspeed an altitude to keep the helicopter from having to fly inside the Height Velocity Curve. The National Transportation Safety Board (NTSB) concluded a causal factor in a PSD helicopter operation crash with fatalities was flight time spent in the Height Velocity Curve. The Red Dragon is the PSD machine that will keep the helicopter out of the Height Velocity Curve. Air Chuck is the exclusive distributor for SEI Dragon Fire Ignition products for the US Forest Service Region 9. The Government intends to award as a sole source procurement under the authority of FAR part 6.302-1 (Only One Responsible Source). This notice of intent is not a request for competitive quotes. No solicitation document is available and telephone requests for information will not be accepted. Potential sources who believe they are capable of meeting the requirements are invited to submit in writing complete information describing the ability to meet the requirements. The information received will be considered solely for the purpose of determining whether to conduct a competitive procurement in the future. A determination by the Government to compete future actions based on responses to this notice is solely at the discretion of the Government. Companies that can provide an equal product must submit their Technical Capabilities to include Technical Specifications of their product, past performance information, price and delivery time. All responses to this announcement must be directed to Jane Adler at: jadler@fs.fed.us not later than 1:00 p.m., Central Standard Time, Jan. 25, 2018.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/4756/1256A118Q0002/listing.html)
- Place of Performance
- Address: 626 E Wisconsin Ave, Milwaukee, Wisconsin, 53202, United States
- Zip Code: 53202
- Zip Code: 53202
- Record
- SN04789245-W 20180114/180112231028-4c03df62406c5e6eeb771acbbfc00d83 (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 |