Skip to main content

An official website of the United States government

You have 2 new alerts

982 TRG FY22 Kardex Repair

General Information

  • Contract Opportunity Type: Special Notice (Original)
  • Original Published Date: Feb 17, 2022 10:42 am CST
  • Original Response Date: Feb 22, 2022 12:00 pm CST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 4940 - MISCELLANEOUS MAINTENANCE AND REPAIR SHOP SPECIALIZED EQUIPMENT
  • NAICS Code:
    • 333922 - Conveyor and Conveying Equipment Manufacturing
  • Place of Performance:
    Sheppard AFB , TX 76311
    USA

Description

The 82d Contracting Squadron, Sheppard AFB, TX intends to award a sole source, firm-fixed price purchase order to purchase parts to repair a Kardex Remstar Vertical Lift Modules (VLM) to Southwest Solutions Group, 2535-B E. State Highway 121, Suite 110, Lewisville, TX 75056-5025. The anticipated award date is on or around 24 February 2022. 

The statutory authority which permits other than full and open competition for this acquisition is 10 United States Code (USC) 2304 (c)(1), as implemented by FAR 13.106-1(b). This authority is supported by an approved Single Source Justification. It is the Government's intent to proceed with this sole-source action. The applicable NAICS code is 333922. The size standard as defined by the U.S. Small Business Administration is 500 Employees.

THIS NOTICE OF INTENT IS NOT A SOLICITATION, REQUEST FOR PROPOSAL OR A REQUEST FOR QUOTATION. A solicitation package will NOT be issued. Requests for copies of a solicitation in response to this notice will not be honored or acknowledged. Information received in response to this notice will be considered solely for the purpose of determining whether conducting a competitive procurement in the future is in the best interest of the Government.  All information submitted should support the offeror's capability to provide the services required, and shall be furnished at no cost or obligation to the Government. Responses must be in writing and must provide clear and concise documentation indicating an offeror's capability to provide these services. Verbal responses are not acceptable and will not be considered.  Responses and questions shall be received via email by austin.robey@us.af.mil or carri.dulaney@us.af.mil NLT 22 February 2022.

Contact Information

Primary Point of Contact

Secondary Point of Contact

History

  • Mar 09, 2022 10:56 pm CSTSpecial Notice (Original)