Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 18, 2024 SAM #8300
SPECIAL NOTICE

J -- NOTICE OF INTENT TO AWARD SINGLE SOURCE to SAN-I-PAK Pacific, Inc. (SAN-I-PAK) for Autoclave Preventive & Corrective Maintenance Services

Notice Date
8/16/2024 12:57:46 PM
 
Notice Type
Special Notice
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
FA5000 673 CONS LGC JBER AK 99506-2501 USA
 
ZIP Code
99506-2501
 
Response Due
8/31/2024 11:00:00 AM
 
Archive Date
09/15/2024
 
Point of Contact
Jason P. Topick, Phone: 9075525570
 
E-Mail Address
jason.topick.1@us.af.mil
(jason.topick.1@us.af.mil)
 
Description
NOTICE OF INTENT TO AWARD SOLE SOURCE THIS IS NOT A REQUEST FOR QUOTE OR SOLICITATION FOR AN OFFER The United States Air Force, 673d Contracting Squadron at Joint Base Elmendorf-Richardson (JBER), Alaska, hereby submits a notice of intent to award a sole source firm fixed, single-source contract SAN-I-PAK Pacific, Inc. (SAN-I-PAK) 23535 S Bird RD., Tracy, California 95304-9339 United States (UEI: NLKLGBDKXUE8). Market research indicates that only SAN-I-PAK the manufacturer, developed and owns all proprietary rights to the SAN-I-PAK Mark VI-N Autoclave Sterilizer/Compactor, only SAN-I-PAK. can provide the required proprietary software, unique troubleshooting capability, and system trained technicians necessary for system preventative maintenance and software updates.�� This is a notice of the intent to award a sole source contract. It is published for informational purposes only and not as a request for competitive quotations. Therefore, no solicitation document exists for this requirement. No responses to the notice of intent to sole source are anticipated.� A determination by the government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. After initial installation at the 673d Medical Group, Joint Base Elmendorf Richardson a preventative and corrective maintenance agreement will include hardware and software support, scheduled, corrective and preventive maintenance programs to include a complete set of special services tools, test equipment, fixtures, spare parts, verification procedures and schedules to provide an operational check of the system concurrent with normal operation and with no degradation in system performance.� The contractor shall perform ongoing maintenance and emergency maintenance in accordance with the Performance Work Statement necessary to fulfill the customer's requirements.� The contractor will provide all tools, parts, and labor needed to fulfil the performance requirements as stated in the performance work statement for this requirement to include any/all associated travel costs. The period of performance for this effort will be a 12-month base period with four (4) 12-month option periods Submitted information will be protected in accordance with DoDD 5400.11, Department of Defense Privacy Program, and DoD 5400.11-R, Department of Defense Privacy Program, and no feedback will be provided regarding submissions or the total number of submissions received.� This notice of intent is not a request for competitive proposals. All capability statements received within 15 calendars days after date of publication of this notice will be reviewed by the Government and considered; all statements must be received NLT 2:00PM EST, on 31 Aug 2024.� Responses to this notice must demonstrate clear and convincing evidence that competition would be advantageous to the Government, would not be cost or time prohibitive, and would not hinder the mission objective of the 673d Medical Group. The determination not to compete this proposed contract action is solely within the discretion of the Government. Information received will normally be considered for the purposes of determining whether to conduct a competitive procurement. The Government will not be responsible for any costs incurred by responding to this notice. The statement shall include business size; ability to perform work; an applicable subcontracting plan; and any other information indicating a legitimate ability to meet the Government's specific requirements.� Statement should not exceed 5 pages in length. Written inquiries may be directed to Jason P. Topick via email at jason.topick.1@us.af.mil.� Oral communications are not accepted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ad159115367f435491581077d48688f2/view)
 
Place of Performance
Address: AK 99506, USA
Zip Code: 99506
Country: USA
 
Record
SN07173508-F 20240818/240816230109 (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.