The proposed contract action is for supplies for which the Government intends to solicit and negotiate with only one source, Hunter Defense Technologies, Inc. (HDT), 30500 Aurora Road, Suite 100, Solon, OH, 44139, under the authority of FAR 6.302-1. HDT retains proprietary information associated with, and has been the only manufacturer of the Filtration Kit for the M8E1 CBPS system. In order to maintain compatibility across the produced systems and to avoid the expected additional time and costs associated with new supply chains, logistics support packages, and additional First Article Component Testing, the Government must award to HDT. The Government needs to have a standardized configuration for this system, as well as to maintain interchangeability of components across all of the CBPS systems. The specifications for these kits are specific to the CBPS program and were developed as such. Information on how to obtain a copy of the Technical Data Package for this requirement will be listed in the sole-source solicitation document.
Inspection and Acceptance is to be at destination with delivery F.O.B. Destination: Pine Bluff Arsenal, Pine Bluff, AR 71602-9500. The anticipated award date is August 2018 or prior. The anticipated award will be an Indefinite Delivery Indefinite Quantity contract consisting of five (5) one (1)-year ordering periods. The resulting award will contain one Line Item Number that will account for one whole Kit. The anticipated maximum contract quantity is for one-hundred eleven (111) each kits across all five ordering periods, with delivery at 3-5 kits per month.
The Filtration Kit is essential to the entire CBPS design. It mounts on the rear of the vehicle and is required to filter the air in the shelter to ensure no chemical or biological agents are present. One Filtration Kit sub-assembly is needed to produce one CPBS unit, thus to support the requirement of 111 CBPS units, the Government requires a maximum quantity of 111 Filtration Kits.
Responders are solely responsible for all expenses associated with responding to this synopsis. ACC-RI will not pay for information received in response to this synopsis. Responses to the synopsis submittals will not be returned.
All changes to the solicitation synopsis that occur prior to the closing date will be posted to FedBizOpps. It is the responsibility of interested vendors to monitor FedBizOpps for amendments that may be issued to this synopsis.
Points of contact for this synopsis: Mr. Todd Kowalke at [email protected] and Mr. Val B. Hansen at [email protected].