SOURCES SOUGHT
J -- Steam Press Maintenance - INTENT TO SOLE SOURCE
- Notice Date
- 6/20/2024 11:48:55 AM
- Notice Type
- Sources Sought
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- W6QM MICC-FT BELVOIR FORT BELVOIR VA 22060-5116 USA
- ZIP Code
- 22060-5116
- Solicitation Number
- PAN018181
- Response Due
- 6/24/2024 2:00:00 PM
- Archive Date
- 07/09/2024
- Point of Contact
- MAJ Danielle Pankey, Kenneth L. Lutes
- E-Mail Address
-
danielle.c.pankey.mil@army.mil, kenneth.l.lutes.civ@army.mil
(danielle.c.pankey.mil@army.mil, kenneth.l.lutes.civ@army.mil)
- Description
- Notice of Intent to Sole Source The U.S. Government intends to award, on a sole source basis, a three (3) month contract for preventative maintenance and repair of steam presses and supporting equipment to enable soldiers to maintain special event uniforms 100% presentable and wrinkle free for high visibility, nationally significant operations conducted in the National Capital Region (NCR). This acquisition will provide necessary steam press maintenance and inspections services for The Old Guard (TOG) while the Department of the Army conducts a competition for the follow-on requirement. The three (3) month period of performance will be sufficient to maintain the status quo services provided on the current contract and also provides sufficient time for the government to compete a new contract. The proposed three-month sole source Firm Fixed Price contract to Parker Home Systems, LLC will be to provide necessary steam press maintenance and inspections services for the TOG while the Department of the Army conducts a competition for the follow-on requirement. The services provided on this contract represent the minimum requirement that the government needs for the next three (3) months. These services are non-personal in nature and will be performance based in accordance with FAR Part 37. Under the resultant contract, the contractor will continue to provide the same services as outlined in the Performance Work Statement (PWS) until the competitive follow-on contract is awarded in September 2024. The statutory authority for the sole source procurement is FAR 13.106-1(b) (1): For purchases not exceeding the simplified acquisition threshold (SAT), contracting officers may solicit from one source if the contracting officer determines that the circumstances of the contract action deem only one source reasonably available (e.g. urgency, exclusive licensing agreements, brand name, or industrial mobilization.) Attached is the draft Performance Work Statement (PWS). Limitations on subcontracting and nonmanufacturer rule do not apply to small business set-asides for contracts at or below the Simplified Acquisition Threshold (SAT). It does apply to 8(a), HUBZone, SDVOSB, EDWOSB, and WOSB set-asides regardless of the dollar value of the award. Small business contractors awarded contracts above the SAT are required to comply with Federal Acquisition Regulation (FAR) 52.219-14, Limitations on Subcontracting when utilizing subcontractors. The penalty for non-compliance is the greater of (A) $500K or (B) the dollar amount expended, in excess of permitted levels. This notice does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future.� This notice does not commit the U.S. Government to contract for any supply or service.� Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this notice.� The U.S. Government will not pay for any information or administrative costs incurred in response to this notice.� Submittals will not be returned to the responder.� A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government.� However, if a competitive solicitation is released, it will be synopsized on the Governmentwide Point of Entry.� It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement.� The anticipated NAICS code for this requirement is 811310 � Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance. The deadline for response to this notice is no later than 5:00 p.m. Eastern Time, 24 June 2024.� Provide responses to this notice to: Kenneth Lutes, Contracting Officer, Kenneth.l.lutes.civ@army.mil and MAJ Danielle c. Pankey, Contract Specialist, danielle.c.pankey.mil@army.mil. Telephone responses will NOT be accepted. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition and identify alternatives or solutions.� Also contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@army.mil or 210-466-3015, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from this notice.� Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b634d7b6ab494a1d822289f03b0efc07/view)
- Place of Performance
- Address: Fort Myer, VA 22211, USA
- Zip Code: 22211
- Country: USA
- Zip Code: 22211
- Record
- SN07103460-F 20240622/240620230115 (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 |