SPECIAL NOTICE
D -- D--NOTICE OF INTENT TO AWARD A SOLE SOURCE
- Notice Date
- 8/26/2025 12:56:33 PM
- Notice Type
- Special Notice
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- FWS, IT GOODS Falls Church VA 22041 USA
- ZIP Code
- 22041
- Solicitation Number
- DOIFFBO250147
- Response Due
- 9/5/2025 3:00:00 PM
- Archive Date
- 09/20/2025
- Point of Contact
- Skogen, John, Phone: 6127135210, Fax: 3032364791
- E-Mail Address
-
Jack_Skogen@fws.gov
(Jack_Skogen@fws.gov)
- Description
- NOTICE OF INTENT TO AWARD A SOLE SOURCE This Notice of Intent is not a request for competitive proposals. This is not a solicitation or request for offers. No solicitation package is available and telephone requests will not be honored. Only one responsible source and no other supplies or services will satisfy agency requirements. FWS MN VLY NWR intends to award a sole source purchase order to TK Elevator Corporation to furnish: Emergency modification of elevator electronics to enable wireless cell service for emergency services response. Performance Work Statement Elevator Max Link Install Minnesota Valley National Wildlife Refuge July 2025-October 2025 1. GENERAL INFORMATION The purpose of this statement of work is to install an analog phone retrofit kit, a Analog Telephone Adaptor with a 4-hour battery back up at or near existing telephone termination points at or near controllers. The installation will include material and labor to wire, mount and connect the analog phone retrofit. The resulting end product will be a fully functioning elevator call out system and fully functional TK Elevator. 1.1. Performance Work Statement (PWS) Organization The sections of the PWS are as follows: General Information contains foundational information; Description of Services provides a narrative of services to be accomplished; Service Delivery Summary (SDS) identifies the performance measurements; Other Conditions, Government Furnished Property, and Other Requirements defines the Government and service provider requirements. 1.2. PWS Implementation The service provider shall be responsible for the hiring, training, and supervision of personnel. Other than those provided by the Government, the service provider/personnel will also be responsible for equipment, tools, materials, vehicles, transportation, and other items necessary to provide tree removal. 1.3 There must be an approved schedule submitted prior to work beginning The basic contract period should begin in July of 2025 and with final installation occurring before end of October 2025. The service provider shall work with Refuge personnel to establish a reasonable schedule. 1.4 Work Hours and Special Conditions Normal office hours are 7:00 am to 5:00 pm, Central Standard Time, Monday through Friday, except Federal Holidays. All services shall be performed during normal office hours unless otherwise scheduled/approved. 1.5 Federal Holidays The following Federal Holidays are observed by Bloomington Education and Visitor Center/MN Valley National Wildlife Refuge/MN Valley Wetland Management District: New Year�s Day, January 1st or the Friday preceding or Monday following Martin Luther King�s Birthday, 3rd Monday in January President�s Day, 3rd Monday in February Memorial Day, Last Monday in May Juneteenth, June 19 Independence Day, July 4th or the Friday preceding or Monday following Labor Day, 1st Monday in September Columbus Day, 2nd Monday in October Veteran�s Day, November 11th or the Friday preceding or Monday following Thanksgiving Day, 4th Thursday in November Christmas Day, December 25th or the Friday preceding or Monday following 1.6 Character of Work The work shall be executed in the best and most effective manner by qualified, careful and efficient personnel skilled in the trade, and in strict accordance with the contract documents and standards of the industry. 1.7. Key Personnel The service provider shall not employ persons for work on this contract if such employee is considered by the contracting officer or Refuge management to be a potential threat to the health, safety, general well-being or operational mission of the Refuge and its population. The service provider shall exercise due diligence in assuring that only trustworthy and reliable persons are allowed to enter the building and that each such person shall have had the Refuge's rules and regulations reviewed with them regarding the security of Refuge property. The service provider shall furnish in writing to the Contracting Officer (CO) the names and phone numbers of all management and supervisory personnel no later than the start of contract performance. The CO shall be notified immediately whenever changes are made to these key personnel. 1.8. Employment of Government Employees The service provider shall not employ any person who is an employee of the United States (US) Government if the employment of that person would create a conflict of interest, or the appearance of a conflict of interest. Furthermore, the service provider shall not employ any person who is an employee of the Department of the Interior unless such person seeks and receives proper approval. The service provider is prohibited from employing off-duty Government Quality Assurance Personnel (QAP) who are managing any contracts or subcontracts awarded to the service provider. 1.9 Environmental, Health, and Safety Training The service provider shall provide their personnel with environmental, health, and safety training to ensure compliance with all federal, state, and local laws or regulations. The service provider is responsible for ensuring that cleaning materials are used properly and according to instruction. 1.10 Compliance with Laws and Directives The service provider shall have and maintain current licenses, bonds, and insurance as required by Minnesota State Law. The service provider shall ensure custodial services are performed in accordance with commonly accepted commercial practices. In addition, the service provider shall comply with all applicable federal, state, and local laws and regulations including, but not limited to, Occupational Safety and Health Administration (OSHA) and National Fire Protection Association (NFPA). Compliance with OSHA and other applicable laws and regulations for the protection of employees is exclusively the obligation of the service provider. 1.11 Quality Control Quality control will be a combined effort of the service provider and the Government based on service provider performance, metrics, and customer complaints. 2. DESCRIPTION OF SERVICES 2.1 Work to be accomplished The service provider will perform a fully functional and performing MAX link telephone call out system for a TK elevator. Work performed in accordance with these contract documents shall consist of furnishing all necessary labor, materials, and performance of all work shown and described in the contract documents, all of which are made a part thereof. All work will be accomplished according to work hours and special conditions described in 1.4 above. The North American Industry Classification System Code (NAICS) for this requirement is 811310 with the size standard of $12.5 M. The Federal Supply Code (FSC) / Product Service Code (PSC) procurement is DG11, IT AND TELECOM - NETWORK: TELECOM ACCESS SERVICES. This purchase will be made utilizing Simplified Acquisition Procedures in accordance with: � Federal Acquisition Regulation (FAR) Part 13.106-1(b) for purchases not exceeding the simplified acquisition threshold of $250,000. Interested parties may identify their interests and capability to respond to this requirement within three (3) calendar days of the publication of this notice. Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government. Information received will be considered solely for the purpose of determining whether or not to conduct a competitive procurement. A determination by the Government not to compete this proposed purchase order based upon response to this notice is solely within the discretion of the Government. No reimbursement for any cost connected with providing capability information will be provided. The point of contact is: Jack Skogen, email: jack_skogen@fws.gov Please reference this Notice of Intent number on your correspondence and in the �Subject� line of your email. This notice will close on: 9/05/2025 at 5:00pm, Central Time.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/cc3fe9c6f2424370a2f093de439c34a6/view)
- Record
- SN07566218-F 20250828/250826230042 (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 |