Skip to main content

An official website of the United States government

You have 2 new alerts

X--Seized Evidence Storage, Preservation, and Transportation Services - FWS Reside

General Information

  • Contract Opportunity Type: Special Notice (Original)
  • Original Published Date: Dec 16, 2022 01:30 pm EST
  • Original Response Date: Dec 27, 2022 04:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:

Classification

  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:

Description

Description:

NOTICE OF INTENT TO AWARD SOLE SOURCE FOR FWS Resident Agent in Charge, Valley Stream NY, NY for Seized Evidence Storage, Preservation, and Transportation Services TO Bulldog Movers, Inc. dba Classic Design Services.
THIS IS A NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT AND IS NOT A REQUEST FOR COMPETITIVE QUOTES.
U.S. Fish and Wildlife Service, Joint Administrative Operations, Acquisition & Property Operations intends to award a firm fixed price sole source contract under the authority of:
FAR 6.302-3(b)(3)(i) Industrial mobilization; engineering, developmental, or research capability; or expert services.
To
Bulldog Movers, Inc. dba Classic Design Services
4194 Northeast Expressway
ATLANTA, GA 30340-3852

The North American Industry Classification System (NAICS) code for this requirement is 488510 Freight Transportation Arrangement $17.50 Million.

The object of this sole source award to Bulldog Movers, Inc. dba Classic Design Services for maintenance of seized evidence during storage, specifically, approximately 450 taxidermy bird mounts and associated documents, including pest mitigation applications and adherence to chain-of-custody protocols at the vendor¿s secure storage facility in Atlanta, GA, and eventual transport seized evidence to its final destination, upon completion of trial and repository build-out. This Sole Source is a Follow-On Requirement to a Previous Competitive Award, 140F0622P0010.
This synopsis does not constitute a solicitation; however, if any interested party believes they can meet the above requirement, it may submit a statement of capabilities. The statement of capabilities must be submitted in writing and must contain clear and convincing evidence that competition of this requirement would be advantageous to the Government. If parties choose to respond, any cost associated with preparation and submission of data or any other cost incurred in response to this announcement are the sole responsibility of the respondent and will not be reimbursed by the Government.

Capability statements shall be submitted by e-mail ONLY as a Microsoft Word or Adobe PDF attachment to the following address: keith_rose@fws.gov

Contact Information

Primary Point of Contact

Secondary Point of Contact





History