Modular Airborne Fire Fighting Systems (MAFFS) (2nd Generation) II Sustainability, Maintenance, and Coordination Services
Agency: | AGRICULTURE, DEPARTMENT OF |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159503045943201 |
Posted Date: | Apr 5, 2023 |
Due Date: | Apr 19, 2023 |
Solicitation No: | P00006-Option-Year-2 |
Source: | https://sam.gov/opp/ffe9af38b2... |
- Contract Opportunity Type: Special Notice (Original)
- All Dates/Times are: (UTC-06:00) MOUNTAIN STANDARD TIME, DENVER, USA
- Original Published Date: Apr 05, 2023 04:02 pm MDT
- Original Response Date: Apr 19, 2023 02:00 pm MDT
- Inactive Policy: 15 days after response date
- Original Inactive Date:
-
Initiative:
- None
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: 4920 - AIRCRAFT MAINTENANCE AND REPAIR SHOP SPECIALIZED EQUIPMENT
-
NAICS Code:
- 488190 - Other Support Activities for Air Transportation
-
Place of Performance:
Boise , ID 83705USA
THIS NOTICE IS PROVIDED FOR INFORMATION PURPOSES ONLY: The purpose of this action is to provide a notice of intent that the U. S. Forest Service (USFS) intends to enter into a sole source contract ceiling increase for the single award indefinite-delivery, indefinite-quantity (IDIQ) contract with United Aeronautical Corporation (UAC) for Modular Airborne Fire Fighting Systems, Second Generation (MAFFS II) coordination and maintenance. This action would increase the maximum IDIQ contract ceiling from $1,500,000.00 to $2,200,000.00, an increase of $700,000.00.
The current IDIQ contract has reached its maximum ceiling value. The increase of the IDIQ maximum ceiling will allow UAC to continue providing MAFFS II coordination and maintenance services, as needed, on USFS-owned MAFFS II units housed at four (4) different military installations in Wyoming, Nevada, California, and Colorado. Tasks are in support of currency exercises (scheduled) and wildfire suppression efforts (unscheduled) at various locations throughout the United States.
Contract Award and Solicitation: The subject requirement was originally competed as a total, small business set-aside. A single award was made to UAC who was the only contractor technically capable of meeting the terms and conditions of solicitation 1202SC21Q0002 posted to SAM.gov on 5 February 2021. The contract’s period of performance is for one (1) base year and four (4), twelve-month option periods, for a total of five (5) years. The period of performance is 1 May 2021 through 30 April 2026 for the base and all options.
Sole Source Authority: The USFS plans to issue a bilateral modification citing the authority of 41 U.S.C. 3304(a)(1), only one responsible source and no other supplies or services will satisfy agency requirements (FAR 6.302-1).
This notice is neither a request for proposals nor quotes. Once the justification for other than full and open competition is approved, the signed document will be posted on SAM.gov within fourteen (14) days of contract modification award pursuant to FAR 6.305(a).
- US
- Gwendolynn Boyle
- Gwendolynn.Boyle@usda.gov
- Apr 05, 2023 04:02 pm MDTSpecial Notice (Original)
- May 15, 2021 09:55 pm MDT Award Notice (Inactive)
TRY FOR FREE
Not a USAOPPS Member Yet?
Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.