Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 27, 2023 SAM #7851
SPECIAL NOTICE

J -- SOLE SOURCE ANNOUCEMENT- NOTICE OF INTENT FOR A SOLE SOURCE BPA AWARD TO SUNSPAN SYSTEMS INC.

Notice Date
5/25/2023 8:17:20 AM
 
Notice Type
Special Notice
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
BLUE GRASS ARMY DEPOT RICHMOND KY 40475-5070 USA
 
ZIP Code
40475-5070
 
Solicitation Number
W519TC23F3058
 
Response Due
6/14/2023 9:00:00 AM
 
Point of Contact
JEREMY TURNER, Phone: 8597796771
 
E-Mail Address
jeremy.s.turner10.civ@army.mil
(jeremy.s.turner10.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This synopsis is for informational purposes only. This is not a request for quote and no solicitation exists. The Blue Grass Army Depot, located in Richmond KY, has a requirement for a Blanket Purchase Agreement(s) for�an indefinite quantity of all management, labor, tools, supplies, repair parts, and equipment necessary to perform repair and maintenance work orders on Wheelabrator/Shot Blast systems and Dust Collection/Baghouse systems. BGAD is issuing a Sole Source Award Notice for a Blanket Purchase Agreement (BPA) to Sunspan Systems Inc. to provide an indefinite quantity of all management, labor, tools, supplies, repair parts, and equipment necessary to perform repair and maintenance work orders on the following systems at Blue Grass Army Depot: Wheelabrator/Shot Blast and Dust Collection/Baghouse systems include, but are not limited to: Goff/Disa shot blast machine and dust collector Model BC4-20 Sunspan shot blast machine Model WM-36x36-4 Sunspan dust collector Model SSC-16-SOC Sunspan shot blast machine Model BDAG1180A07 Southern equipment dust collector Model SSG-24-S The purpose of the Blanket Purchase Agreement (BPA) is to provide an indefinite quantity of all management, labor, tools, supplies, repair parts, and equipment necessary to perform repair and maintenance work orders on all Wheelabrator/Shot Blast and Dust Collection/Baghouse systems located in Buildings 562, 550, 1180, and 215. The intent of the BPA is to provide the government with a cost-effective rapid response way to prevent production operation failure at BGAD. BGAD intends to establish a BPA in order to facilitate the procurement of these services. A BPA is a simplified method of filling anticipated repetitive needs for services by establishing charge accounts with a qualified source of service. Pursuant to Federal Acquisition Regulation (FAR) 13.303, Blanket Purchase Agreements (BPAs), the Contractor agrees to the identified terms and conditions for a BPA to provide management, labor, tools, supplies, repair parts, and equipment necessary to perform repair and maintenance work on the above listed equipment. The Master Blanket Purchase Agreement (BPA) does not obligate any funds. The government shall be obligated only to the extent of authorized purchases actually made via a properly executed BPA Delivery Order. The period of performance of the resulting agreement will be 12 months from the date of award with three available option years to exercise. The BPA Master Limit is $750,000; where no single BPA Call may exceed $249,000 in total cost. In accordance with FAR 13.303-3(a)(2), the Government is obligated only to the extent of authorized purchases actually made under the BPA. Please note, there is no guarantee that any or all requirements will be issued using established BPAs, or to any BPA Contractor.� When using BPAs, requirements shall be competed among eligible BPA providers or rotated among eligible BPA providers at the Contracting Officer�s discretion. It is the Government�s intent to award a Sole Source BPA in accordance with FAR 6.302-1 (a)(2)(ii) to SUNSPAN SYSTEMS INCORPORATED to provide an indefinite quantity of all management, labor, tools, supplies, repair parts, and equipment necessary to perform maintenance work orders on the above listed systems at Blue Grass Army Depot. Market research has found no other vendor interested and/or capable of supplying labor, material, and equipment for maintenance and repair of all the above listed systems at BGAD within the response times required. No solicitation package will be issued. This Notice of Intent is not a request for competitive quotations; however, interested persons may identify their interest and capability to respond to this requirement. In accordance with FAR 5.207(c) (16), any other interested party may submit a capability statement by the closing date of this announcement, which is 12:00 PM 14 June 2023, which shall be considered by the agency for the purposes of determining whether to establish multiple blanket purchase agreements for competition or proceed with a noncompetitive action for a sole source BPA to the listed small business concern. This procurement is restricted to small businesses. The applicable NAICS code is 811310 with a Small Business Size Standard of $12,500,000. All vendors must have an active registration in SAM.GOV at the time of the submission in order to be considered. Any offeror that does not have an active SAM.GOV registration will be rejected as non-responsive. The method of contractor selection has not been determined at this time. In accordance with: 52.204-7(b)(1) System for Award Management. An Offeror is required to be registered in SAM when submitting an offer or quotation and shall continue to be registered until time of award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. 52.204-13(c) System for Award Management Maintenance the Contractor shall maintain registration in SAM during contract performance and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement. The Contractor is responsible for the currency, accuracy, and completeness of the data within SAM, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in SAM after the initial registration, the Contractor is required to review and update on an annual basis, from the date of initial registration or subsequent updates, its information in SAM to ensure it is current, accurate and complete. Updating information in SAM does not alter the terms and conditions of this contract and is not a substitute for a properly executed contractual document. Please see attached Statement of Work for additional information.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/010bf8b2440549b9aac9650d7488694a/view)
 
Place of Performance
Address: Richmond, KY 40475, USA
Zip Code: 40475
Country: USA
 
Record
SN06694131-F 20230527/230525230109 (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  © 1994-2020, Loren Data Corp.