Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 11, 2022 SAM #7590
SPECIAL NOTICE

J -- NVANG BLDG 200 GENERATOR MAINTENANCE AND REPAIR

Notice Date
9/9/2022 2:50:37 PM
 
Notice Type
Special Notice
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
W7NM USPFO ACTIVITY NVANG 152 RENO NV 89501-4494 USA
 
ZIP Code
89501-4494
 
Response Due
9/16/2022 1:00:00 PM
 
Point of Contact
Keith Trimble, Phone: 7757884662, Alex T. Norris, Phone: 7757884663
 
E-Mail Address
keith.trimble.1@us.af.mil, alex.norris@us.af.mil
(keith.trimble.1@us.af.mil, alex.norris@us.af.mil)
 
Description
THIS IS A NOTICE OF INTENT TO AWARD SOLE SOURCE; THIS IS NOT A REQUEST FOR PROPOSAL. NO SOLICITATION DOCUMENT WILL BE ISSUED AND OFFERS WILL NOT BE REQUESTED. The Nevada Air National Guard, Reno-Tahoe International Airport intends to enter into a Firm Fixed-Price contract on a sole source basis in accordance with FAR 13.106-1(b)(1)(i) , under the authority of 10 U.S.C 2304(c) (1) with CASHMAN EQUIPMENT COMPANY., 3300 St. Rose Parkway, Henderson, NV 89052. The contract is for maintenance and repair services for a generator supporting Bldg. 200 located at the Nevada Air National Guard (ANG) base in Reno, NV. Site specific maintenance and repair requirements are identified in performance work statement.� The period of performance is one month. The applicable North American Industrial Classification System Code (NAICS) code that this work falls under is 811310-Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance , with a size standard of $11,000,000.00. In the interest of economy and efficiency, the new work is a logical follow-on to an original contract. The contract must be issued on a sole-source basis because only one awardee is capable of providing the services deemed to be available only from the original source and may be procured through procedures other than competitive procedures because it is likely that award to a source other than the original source would result in substantial duplication of cost to the United States which is not expected to be recovered through competition.� Please see attached Justification and Approval (J&A) for this requirement. This is not a solicitation for competitive offers. If interested, firms may submit their technical approach and solutions to the point of contact listed in this Special Notice for consideration. All information furnished must be in writing and must contain sufficient detail to allow NVNG to evaluate the firm�s capabilities in accordance with the attached performance work statement (PWS) and should include the following information:� (1) Organization name; physical email and website address; telephone number, business size and CAGE code and/or DUNS number; (2) detailed capability statement. This request for capability information does not constitute a request for offers; submission of any information in response to this special notice is voluntary and the Government will not reimburse any costs incurred for providing a response. If no responses are received during this notice period, to demonstrate comparable capability, then a sole source acquisition award will be made. All interested responses shall be received prior to the closing date and time addressed in this notice. NO CONTRACT WILL BE MADE UNTIL APPROPRIATED FUNDS ARE MADE AVAILABLE.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4abec1e0abae4b11a514acf892f222a8/view)
 
Place of Performance
Address: Reno, NV 89502, USA
Zip Code: 89502
Country: USA
 
Record
SN06458928-F 20220911/220909230126 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.