Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 28, 2025 SAM #8523
SPECIAL NOTICE

J -- J--Sole Source Notice of Intent

Notice Date
3/26/2025 12:49:22 PM
 
Notice Type
Special Notice
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
FWS SAT TEAM 3 Falls Church VA 22041 USA
 
ZIP Code
22041
 
Solicitation Number
140FS325Q0060
 
Response Due
4/10/2025 2:00:00 PM
 
Archive Date
04/25/2025
 
Point of Contact
Tyler, Jeremy, Phone: 4132538662
 
E-Mail Address
jeremy_tyler@fws.gov
(jeremy_tyler@fws.gov)
 
Description
THIS IS A NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT AND IS NOT A REQUEST FOR COMPETITIVE QUOTES. U.S. Fish and Wildlife Service, Joint Administrative Operations, Acquisition & Property Operations. JAO intends to award a firm fixed price sole source contract under the authority of (FAR) Part 13.106-1(b) for purchases not exceeding the simplified acquisition threshold of $250,000 to: Thompson Machinery. 1808 US-82 W Greenwood, MS 38930 The North American Industry Classification System (NAICS) code for this requirement is 811310, Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance. The object of this sole source award to Thompson Machinery who is a certified caterpillar repair center. There is urgency to get this repaired and it is essential for the mission. This is considered Urgent as defined in FAR 6.302-2 Unusual and compelling urgency, in order to return the equipment to mission critical activities as soon as possible. This machine is not safe for operation until the rails are repaired, which includes loading and unloading for transport. Thompson Machine in Greenwood, MS is located 33 miles southwest of the refuge headquarters in Grenada, MS. This synopsis does not constitute a solicitation; however, if any interested party believes they can meet the above requirement, it may submit a statement of capabilities. The statement of capabilities must be submitted in writing and must contain clear and convincing evidence that competition of this requirement would be advantageous to the Government. If parties choose to respond, any cost associated with preparation and submission of data or any other cost incurred in response to this announcement are the sole responsibility of the respondent and will not be reimbursed by the Government. Capability statements shall be submitted by e-mail ONLY as a Microsoft Word or Adobe PDF attachment to the following address: jeremy_tyler@fws.gov. NO TELEPHONE REQUESTS/OFFERS WILL BE HONORED
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/eea1f47195844e5ab823de3b0def3521/view)
 
Record
SN07386163-F 20250328/250326230050 (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.