Notice of Intent for the Government to Issue a Sole Source Award Contract to Cummins Sales and Services for Cummins Human Machine Interface (HMI) Touchscreen Repair and Maintenance and Quick Service Software Support
General Information
- Contract Opportunity Type: Special Notice (Original)
- Original Published Date: Jan 30, 2025 05:19 pm EST
- Original Response Date: Feb 04, 2025 03:00 pm EST
- Inactive Policy: 15 days after response date
- Original Inactive Date: Feb 19, 2025
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code:
- NAICS Code:
- Place of Performance: Fairfield , PA 17320USA
Description
The Department of Defense (DoD), Washington Headquarters Services, Acquisition Directorate, (WHS/AD) intends to issue a sole source, firm fixed price contract to Cummins Sales and Services, 1907 Park 100 Dr., Glen Burnie, MD 21061, in order to acquire repair, maintenance, and software support services. This requirement will consist of regular service inspections, maintenance, replacement of proprietary parts, maintenance of proprietary instrumentation (hardware and software), software updates, and service calls.
Cummins Sales and Services installed the current Cummins Power System, which was specifically designed to integrate with the proprietary Cummins Switchgear equipment and software at the Raven Rock Mountain Complex (RRMC). Since installation, all repairs and maintenance have been performed by Cummins Sales and Services under a registered service agreement. As the sole authorized service provider, Cummins Sales and Services is the only company capable of maintaining the system under the valid service agreement. Using another provider would void the existing service agreement.
This procurement is being conducted in accordance with Federal Acquisition Regulation (FAR) 13.106-1(b)(1) – “Soliciting from a Single Source.” The NAICS code utilized for this procurement is 811310, Commercial and Industrial Machinery and Equipment (Except Automotive and Electronic) Repair and Maintenance, with a Small Business Size Standard of $12.5 Million. The anticipated period of performance is for a 12-month Base Period with four 12-month Option Periods.
This notice of intent is NOT a request for proposals or quotations. Requests for copies of a solicitation in response to this notice will not be honored or acknowledged.
Contracting Office Address:
4800 Mark Center Drive, Suite 09F09
Alexandria, VA 22350
Primary Point of Contact: Secondary Point of Contact:
Servia Mendez Kealon Wallace
Contract Specialist Contracting Officer
servia.a.mendez.civ@mail.mil kealon.d.wallace.civ@mail.mil
Attachments/Links
Contact Information
Primary Point of Contact
- Servia Mendez
- servia.a.mendez.civ@mail.mil
Secondary Point of Contact
- KEALON WALLACE
- kealon.d.wallace.civ@mail.mil