Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 09, 2018 FBO #6134
SOLICITATION NOTICE

78 -- Non-Tactical Parachute Systems

Notice Date
9/7/2018
 
Notice Type
Presolicitation
 
NAICS
314999 — All Other Miscellaneous Textile Product Mills
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, NAVSOC, 2000 Trident Way; Bldg 603M, San Diego, California, 92155, United States
 
ZIP Code
92155
 
Solicitation Number
H92240-18-T-0060
 
Point of Contact
Traci Chiaro,
 
E-Mail Address
traci.chiaro@socom.mil
(traci.chiaro@socom.mil)
 
Small Business Set-Aside
N/A
 
Description
The United States Special Operations Command (USSOCOM), Naval Special Warfare (NSW) has a requirement to acquire non-tactical parachute systems. The harness/container assemblies are the Javelin Odyssey manufactured by Sun Path Products. The main and reserve canopies are of varying types and sizes which are manufactured by Performance Designs. The Automatic Actuation Device is the CYPRES Expert. The nature of this specific requirement requires the aforementioned Brand Name items as these items are specified as the required brand on the Authorized for Navy Use (ANU) list for non-tactical parachute systems as outlined in NAVSEA Instruction 13512.1M. Manufacturers of parachute systems are restricted by the Navy, which requires these systems to go through design safety reviews, test and evaluation, or both, to ensure parachutist safety. The Parachute ANU list for Category I: Life Support Equipment, references these brands as required and therefore this procurement is being conducted under the authority of 41 U.S.C. 1901, as implemented by FAR 13.501(a) Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements; BRAND NAME. The Justification and Approval will be posted under this synopsis. The North American Industry Classification System (NAICS) code for this effort is 314999, and the small business size standard is 500 employees. The Government intends to award an Indefinite Delivery Indefinite Quantity (IDIQ) type contract with a five year ordering period, issuing Firm Fixed Price (FFP) Delivery Orders as a result of this requirement. The estimated minimum contract value is $5,000 and the estimated maximum contract value is $650,000. This synopsis shall not be construed as a RFP or an obligation on the part of the Government. All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. All submittals must be submitted via e-mail in order to be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/NAVSOC/H92240-18-T-0060/listing.html)
 
Record
SN05079116-W 20180909/180907231425-8588ed423fa6031fdb3aa7017c5561aa (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.