Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 28, 2024 SAM #8128
SPECIAL NOTICE

Q -- Notice of intent to extend 70Z02320CMMZ00100 on a sole source basis

Notice Date
2/26/2024 3:19:29 PM
 
Notice Type
Special Notice
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
HQ CONTRACT OPERATIONS (CG-912)(000 WASHINGTON DC 20593 USA
 
ZIP Code
20593
 
Solicitation Number
70Z02320CMMZ00100P00008
 
Response Due
3/1/2024 10:00:00 AM
 
Archive Date
03/16/2024
 
Point of Contact
Alan Boucher, Phone: 5716073000, Catherine M. Foster, Phone: 2068152203
 
E-Mail Address
Alan.C.Boucher@uscg.mil, catherine.m.foster@uscg.mil
(Alan.C.Boucher@uscg.mil, catherine.m.foster@uscg.mil)
 
Description
The United States Coast Guard, in accordance with Federal Acquisition Regulation 6.302-1: Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements, intends to extend a firm-fixed-price five month extension under contract 70Z02320CMMZ00100 to ANSIBLE GOVERNMENT SOLUTIONS, LLC, 21 Chateau CIR, Wayne PA 19087 for professional services. ANSIBLE GOVERNMENT SOLUTIONS is the only provider to provide these services to assist the USCG National Maritime Center (NMC) to issue Merchant Mariner Medical Certificates to fully-qualified U.S. merchant mariners and support the NMC�s Mariner Credentialing Program (MCP). The USCG uses the Department of Homeland Security Acquisition Planning Forecast System (APFS) to help industry identify procurement opportunities as early in the acquisition process as possible. The USCG published APFS Record F2023063149 to ensure industry is aware of the planned recompete. This synopsis is for notification purposes only and does not constitute a solicitation for bids or proposals. THIS IS NOT A REQUEST FOR COMPETITIVE OFFERS and a solicitation will not be issued. Any response to this notice must show clear and convincing evidence that competition of this requirement would be advantageous to the Government. Any vendor that believes it can provide the stated services can provide supporting documents demonstrating their authorization as a value added reseller, capability and past performance. A determination by the Government not to compete this proposed requirement based upon responses to this notice is solely within discretion of the Government.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0e047678a0ec4cfcbf40cde321420a84/view)
 
Place of Performance
Address: Martinsburg, WV 25404, USA
Zip Code: 25404
Country: USA
 
Record
SN06976526-F 20240228/240226230049 (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.