Inactive
Notice ID:H92239-19-Q-0012
REQUEST FOR INFORMATION (RFI) US Army Special Operations Command 1st Special Warfare Training Group (Airborne) H92239-19-Q-0012 The purpose of this RFI is to provide industry the opportunity to identi...
REQUEST FOR INFORMATION (RFI) US Army Special Operations Command 1st Special Warfare Training Group (Airborne) H92239-19-Q-0012 The purpose of this RFI is to provide industry the opportunity to identify themselves as interested sources capable of meeting the requirement for custom ICARUS Crossfire 2 Canopies for use by Military Free Fall School instructors. The custom Crossfire 2 Canopy is a non-tactical, commercial canopy, capable of being relined, that is similarly in line with the RA-1 standard. The information sought herein should be not be considered as a request for quote (RFQ) or as an obligation or commitment on the part of the Government to acquire any product or service. There shall be no basis for claims against the Government as a result of information submitted in response to the RFI. Current market research shows that there is only one vendor capable of fulfilling the requirement. However, it is the Government's intent to include responses to this RFI when making its final determination to negotiate on a sole source basis. REQUIREMENT: The United States Army Special Operations Command (USASOC) has a requirement for: A total of 132 ICARUS Crossfire 2 Canopies in the following quantities and sizes: twelve 150 square foot canopies, forty-eight 170 square foot canopies, forty-eight 190 square foot canopies, twenty-four 210 square foot canopies. The required jumping height is up to 17,999 while supporting a total jumper weight of up to 300 pounds. The contractor shall provide relining capability for the Crossfire 2 Canopies is required at the custom sizes of 150, 170, 190 and 210 square feet. The canopy's glide ratio, opening for characteristics and landing behavior are similarly in line with the RA-1 standard, however the Military Free Fall instructors do not use the Crossfire 2 Canopies the same way they use an RA-1 parachute system. The Crossfire 2 Canopies do not require a double bag static line configuration. The contractor shall deliver the canopies 14-16 weeks after receipt of award. The contractor shall ensure a three week turnaround time for relining custom canopies. INTERESTED SOURCES CAPABLE OF FULFILLING THIS REQUIREMENT shall submit documentation addressing all required elements listed herein; providing only a reference to a website is unacceptable for purposes of this announcement and will not be considered or reviewed. All proprietary or corporate data received shall be clearly identified and shall be protected from release to sources outside the Government. Contractors interested in providing this service should be registered in the System for Award Management (www.sam.gov). Contractors responding to this Sources Sought are asked to provide the following information: Company's full name and address, DUNS number, applicable North American Industry Classification Standards (NAICS) and business size (whether they are a Large business, Small, Small-Disadvantaged, 8(a), HUBZone, Woman-owned, Service-disabled Veteran-owned Small business, Historically Black College or University and/or Minority Service Institute), address and a point of contact. Respondents should advise the Government of pending changes in the business size status. In addition, any additional documentation. To be considered, any such documentation shall be submitted in writing by 4:00 PM EST by 01 May 2019. FINAL DETERMINATION: Provided no other interested sources with the capability to fulfill this requirement are identified, USASOC intends to negotiate on a sole source basis with ICARUS World 322 West Minnesota Ave, Deland, Florida 32720. Responses shall be submitted electronically via email to Justin.burke@socom.mil. All responses shall be submitted by 4:00 PM EST by 01 May 2019. Respondents are cautioned that due to file size limitations and email security protocols, there is a risk that not all correspondence will be received by this office. It is the interested parties' responsibility to ensure receipt of all email and faxed correspondence. If receipt has not been acknowledged within 24 hours, please contact the Contracting Office at 910-396-0552. Respondents will NOT be individually notified of the results. However, if the final determination results in the verification of a sole source negotiation, a Notice of Intent to Sole Source and the redacted Justification and Approval will be posted to FBO. JUSTIN W. BURKE Contracting Officer HQ USASOC Date: 17 April 2019