SOLICITATION NOTICE
38 -- Salt Spreader - Notice of Intent to Sole Source
- Notice Date
- 2/13/2025 10:32:16 AM
- Notice Type
- Presolicitation
- NAICS
- 333120
— Construction Machinery Manufacturing
- Contracting Office
- FA4484 87 CONS PK JB MDL NJ 08641 USA
- ZIP Code
- 08641
- Solicitation Number
- FA448425SS
- Response Due
- 2/23/2025 11:00:00 AM
- Archive Date
- 03/10/2025
- Point of Contact
- Emily Scully, Phone: 6097544964, Erin Schoenenberger
- E-Mail Address
-
emily.scully@us.af.mil, erin.schoenenberger@us.af.mil
(emily.scully@us.af.mil, erin.schoenenberger@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- 87 CONS intends to award a sole source contract under the authority of 41 U.S.C 3304(a)(1) FAR 6.302-1; Only one responsible sourcce and no other supplies or services will satisfy agency requirements. This is a Notice of Proposed Contract Action synopsis. There is no solicitation available at this time. Requests for a solicitation will recieve no response. The Proposed Contract Action is published to notify potential sources that 87 CONS, Joint base McGuire-Dix-Lakehurst, intends to award a sole source firm-fixed price contract, on behalf of the 87 Civil Engineer Squadron, to Reed Systems LTD, for onr salt/aggreate spreader and attachment on a dump truck for snow removal. The salt spreader from Reed Systems LTD is the only one compatible with the systems already installed on the dump truck. Reed Systems LTD is the sole manufacturer and supplier of this proprietary system. The proposed contract action is for a product the Government intends to solicit and negotiate with only one source under the authority of FAR 13.106-1. Interested persons may identify their interest and capability to respond to the requirement. This notice of intent is not a request for competitive proposals. 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 recieved will normally be considered soley for the purpose of determining whether to conduct a competitive procurement. The North American Industry Classification Systems (NAICS) code is 333120.The size standard is 1250 employees.The desired delivery date herein is anticipated to be 60 days ADC. The responses to this synopsis will be used to confirm that this is a sole source requirement. This notice is not a Request for Quotes (RFQ); it is a market research tool being utilized to determine the availability and adequacy of potential sources prior to awarding the contract. Any information submitted by resondents to this synopsis is strictly voluntary. The Government will not pay for any information that is submitted by respondents to this notice of proposed contract action. Contractors who believe they possess the expertise and expierence shall submit technical capabilities in writing to SSgt Emily Scully electronically at: emily.scully@us.af.mil. Responses must be recieved no later than 22 February 2025, 2PM EDT. All documentation shall become property of the Government. Firms responding must indicate the following information: Indicate the business size: small business or disadvantage business, veteran owned small business or HUB Zone certified, indicate the appropriate NAICS code, cage code, and UEI. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. The synopsis neither constitutes a Request for Quote, nor does it restrict the Government to a particular acquisiton approach. This synopsis should not be construed as commitment by the Government for any purpose other than market research. Respondents are advised that the Government is under no obligation to acknowledge reciept of any information received or provide feedback to respondents with respect to any information submitted. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/74c71b82a5a548009c3029f9c7bb0259/view)
- Place of Performance
- Address: Joint Base MDL, NJ 08641, USA
- Zip Code: 08641
- Country: USA
- Zip Code: 08641
- Record
- SN07342512-F 20250215/250213230036 (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 |