The United States Army Special Operations Command (USASOC) is seeking to identify additional sources that are capable of providing the Brand Name or equal to Javelin Odyssey Harness Container system associated with Military Free Fall (MFF).
REQUIREMENT: The USASOC Black Daggers Parachute Demonstration Detachment requirement is for twenty-one (21) various Javelin Odyssey Harness Container models. Each harness shall be measured specifically to the parachutist to include harness sizing. To limit the travel required for measurements & maximizing the use of a harness for Fort Bragg-based units, the Contractor shall provide a location for on-site fittings within a 50-mile radius of Fort Bragg, NC 28310.
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. Please do not submit classified material. Contractors interested in providing this service should be registered in the System for Award Management (www.sam.gov).
Contractors responding to this SS are asked to provide the following information:
1. No more than a 5 page capability narrative explaining how the company can provide the Brand Name or equivalent to Javelin Odyssey Harness Container system associated with Military Free Fall (MFF).
2. Company's full name, point of contact, and address;
3. DUNS and CAGE number;
4. Applicable North American Industry Classification Standards (NAICS) and business size (whether they are a large, small, small-disadvantaged, 8(a), HUBZone, woman-owned, Service-Disabled Veteran Owned Small Business, historically black college or university and/or minority service institute) (Respondents should advise the Government of pending changes in the business size status).
Responses shall be submitted electronically via email to [email protected] and [email protected]. All responses shall be submitted by 10:00 A.M. EST on 08 August 2018 and shall include reference number H92239-18-Q-0020 in the subject line and submission documents. Respondents are cautioned that due to file size limitations and e-mail 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 e-mail and faxed correspondence. If receipt has not been acknowledged within 24 hours, please contact the Contracting Office at 910-432-8697.
FINAL DETERMINATION: Current market research shows that there is only one local vendor capable of fulfilling the requirement. However, it is the Government's intent to include responses to this SS when making its final determination.