Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 08, 2025 SAM #8748
SPECIAL NOTICE

J -- Intent to Sole Source

Notice Date
11/6/2025 12:46:08 PM
 
Notice Type
Special Notice
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
W072 ENDIST BUFFALO BUFFALO NY 14202-0000 USA
 
ZIP Code
14202-0000
 
Solicitation Number
W912P425-NFSS-ESS
 
Response Due
12/3/2025 6:00:00 AM
 
Archive Date
12/18/2025
 
Point of Contact
Douglas Smith, Tyrone Palaganas
 
E-Mail Address
douglas.smith@usace.army.mil, tyrone.b.palaganas@usace.army.mil
(douglas.smith@usace.army.mil, tyrone.b.palaganas@usace.army.mil)
 
Description
This is a notice of intent to sole source; this is not a solicitation for proposals. No reimbursement will be made for any costs associated with providing information in response to this notice or any follow-up information requests. The purpose of this notice is to notify industry of the intent of this contract action and possibly gain knowledge of other potentially qualified sources and their size classifications (small business, large business, etc.). All interested businesses (large and small in all socioeconomic categories) are encouraged to respond to this notice. Please do not request a copy of the solicitation, as one does not exist. The U.S. Army Corps of Engineers (USACE), Buffalo District intends to solicit and award a sole-source contract to Williams Electric Co. Inc., 350 Racetrack Rd NW, Fort Walton Beach, FL 32547, United States, for continued support to perform Electronic Security System (ESS) Monitoring, Maintenance, and Service at the Niagara Falls Storage Site (NFSS) in Lewiston, NY. The applicable NAICS code is 561621, Security Systems Services (except Locksmiths), with a size standard of $25 million. A continuing need is anticipated for the ESS Monitoring, Maintenance, and Service which is currently being fulfilled through contract W912P421C0019. Estimated magnitude of the new contract is between $500,000 and $1,000,000. The proposed sole source contract will be firm fixed price with time and materials spare parts line items and will be awarded to Williams Electric Co. Inc. The intended contract will consist of a single year with four one-year options. The statutory authority for the sole source procurement is FAR 6.302-1(a)(2)(iii)(A). It is anticipated that there will be substantial duplication of cost to the Government that is not expected to be recovered through competition. A draft Performance Work Statement (PWS) that provides details of the requirement is attached to this notice. To receive consideration for this notice firms shall provide: Include name of the firm, point of contact, phone number, email address, Unique Entity Identification (UEI) number, CAGE code, identify business size (large business or a small business), and if applicable, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. Information regarding previous experience on similar requirements in sufficient detail for USACE to make a capability determination. Indicate if your firm was a prime contractor or subcontractor and include size, scope, complexity, timeframe, government or commercial, pertinent certifications, etc. Information to help determine if the requirement (item or service) is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. Identify how the USACE can best structure these contract requirements to facilitate competition, including competition among small business concerns. Identify any condition or action that may unnecessarily restrict competition with respect to this acquisition and identify alternatives or solutions. Identify the specific aspects that unreasonably restrict competition and the rationale for such conclusion. Recommendations to improve the USACE�s approach/specifications/draft PWS to acquiring the identified items/services. 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 USACE to contract for any supply or service. USACE is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this notice. USACE 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 (GPE) at https://sam.gov. It is the responsibility of potential offerors to monitor the GPE for additional information pertaining to this requirement.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/5bb4e881d7d14292919d0fe75cd42a67/view)
 
Place of Performance
Address: Lewiston, NY, USA
Country: USA
 
Record
SN07636657-F 20251108/251106230037 (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.