Kentucky Bids > Bid Detail

Notice of Intent to Award Single Award BPAs - Forgeline Products

Agency:
Level of Government: Federal
Category:
  • 84 - Clothing, Individual Equipment, and Insignia
Opps ID: NBD00159032152177186
Posted Date: Jan 4, 2024
Due Date: Jan 19, 2024
Source: https://sam.gov/opp/9c071c41b7...
Follow
Notice of Intent to Award Single Award BPAs - Forgeline Products
Active
Contract Opportunity
Notice ID
47QFNA23K0056_K0057
Related Notice
Department/Ind. Agency
GENERAL SERVICES ADMINISTRATION
Sub-tier
FEDERAL ACQUISITION SERVICE
Office
GSA FAS AAS REGION 1
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jan 04, 2024 07:44 am EST
  • Original Response Date: Jan 19, 2024 08:00 am EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Feb 03, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 8415 - CLOTHING, SPECIAL PURPOSE
  • NAICS Code:
    • 315990 - Apparel Accessories and Other Apparel Manufacturing
  • Place of Performance:
    Lexington , KY
    USA
Description

In accordance with FAR 8.404(g)(2), GSA FAS APEX 1 hereby gives notice of intent to award a two single-award Blanket Purchase Agreements (BPAs) covering brand name Forgeline products to Forgeline Solutions (doing business as Lost Arrow) and Atlantic Diving Supply (ADS) and posts the supporting Limited-Source Justification (LSJ).



Forgeline Solutions and ADS have an agreement in place that allows ADS to include key Forgeline items on their Federal Supply Schedule (FSS) but only to be sold at levels below Forgeline’s minimum order quantities (MOQs). All other Forgeline items and/or orders at or above Forgeline’s MOQs are only available for sale in accordance with Forgeline Solutions/Lost Arrow’s FSS. There is no circumstance where Forgeline Solutions/Lost Arrow and ADS would be competing for the same order.



The two contract vehicles will each be conducted on a sole source basis in accordance with FAR 8.405-6(b)(1) as the particular brand name (Forgeline) is essential to the Government’s requirements, and market research indicates other companies’ similar products, or products lacking the particular feature, do not meet, or cannot be modified to meet, the agency’s needs.



In accordance with FAR 8.405-6(a)(1)(B), the BPAs will be sourced directly to the original equipment manufacturer (OEM), Forgeline Solutions doing business as Lost Arrow, and Atlantic Diving Supply as market research indicated that they were the only entities with the required items on an FSS. As such, they are the only sources capable of providing the supplies required at the level of quality required because the supplies are unique or highly specialized. Purchase of the required supplies from a source other than Forgeline Solutions/Lost Arrow and ADS using commercial procedures could result in additional costs and potential schedule delays.



This notice of intent is not a solicitation or request for competitive proposals and/or offers. No solicitation package is available and telephone requests will not be honored.



Responsible sources may submit a capability statement via email to the Contracting Officer(s) listed below which shall be considered by the agency. However, a determination by the Government not to compete this contract vehicle is solely within the discretion of the Government.



Those capable of providing the supplies listed in the BOM via Federal Supply Schedule are requested to provide the following information in their response no later than closing date of this posting:



1) Current Federal Supply Schedule that demonstrates your company is able to supply these items; and



2) Company Name, Point of Contact, Email Address, Telephone Numbers, Type of Business and Size, Cage Code and Unique Entity ID.



The contractor needs to be registered in the System for Award Management (SAM). Register via the SAM website https://www.sam.gov.


Attachments/Links
Contact Information
Contracting Office Address
  • 10 CAUSEWAY STREET
  • BOSTON , MA 02222
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Jan 04, 2024 07:44 am ESTPresolicitation (Original)

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.

Start Free Trial Today >