FY25 Kardex Remstar MX
ID: FA462024QA109Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4620 92 CONS LGCFAIRCHILD AFB, WA, 99011-5320, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MATERIALS HANDLING EQUIPMENT (J039)
Timeline
    Description

    The Department of Defense, specifically the 92d Contracting Squadron at Fairchild Air Force Base in Washington, intends to award a sole source contract for preventative maintenance services on Kardex Remstar vertical carousels to Southwest Solutions Group. This procurement arises from the proprietary nature of the equipment, which restricts servicing to authorized dealers, thereby eliminating competitive bidding options. The maintenance of these systems is crucial for operational efficiency, as any alternative servicing could invalidate warranties and hinder access to necessary parts. Interested parties who believe they can meet the requirements are invited to submit capability statements by 10:00 AM PDT on September 24, 2024, with further inquiries directed to TSgt Branden Lawson or 2d Lt Hannah Wieber via the provided contact details.

    Files
    Title
    Posted
    The document outlines a Single Source Justification for the maintenance of eight Kardex Remstar Vertical Carousel systems at Fairchild Air Force Base, Washington. The contract, initially solicited as a 100% Small Business Set-Aside, revealed no competition due to the proprietary nature of the equipment, which restricts servicing to authorized dealer Southwest Solutions Group. Insufficient bidding responses and an authorization letter from the manufacturer emphasize that any alternative maintenance invalidates warranties and prevents procurement of necessary parts. As such, the recommendation is to pursue a sole-source contract with Southwest Solutions Group. Future steps include exploring more universally compatible equipment to enhance competition and conducting market research for potential replacements. The document concludes with a contracting officer's determination that a single source is the only viable option due to existing circumstances, affirming the decision to exclude competitive bidding for this specific service.
    The 92d Contracting Squadron has issued a combined synopsis/solicitation (RFQ FA462024QA109) for semi-annual preventative maintenance services on eight Kardex Remstar vertical carousels. This solicitation, effective under FAR guidelines, is fully dedicated to small businesses, defined under NAICS code 811310 (Repair and Maintenance). Prospective vendors must be registered in the System for Award Management (SAM) to be eligible for contract awards. The RFQ covers one base year (October 1, 2024 - September 30, 2025) and four option years, detailing the required quantities of services (16 each period) with firm fixed pricing. Quotes are evaluated on price and other factors, emphasizing the total evaluated price including all options. Submission deadlines are set for August 22, 2024, with inquiries due by August 16, 2024. The government retains the right to cancel the RFQ at any point without financial obligation. Key provisions from FAR are integrated, and vendors must comply with all solicitation requirements to be considered for award, highlighting the importance of precise submission guidelines and active SAM registration compliance.
    This document is an amendment (0001) to solicitation FA462024QA109 issued by the 92nd Contracting Squadron at Fairchild AFB, WA. The primary purpose of the amendment is to extend the deadline for proposal submissions from 3:00 PM PDT on August 22, 2024, to 3:00 PM PDT on August 28, 2024. This extension aims to facilitate timely submissions from vendors and encourage greater competition. Contractors are required to acknowledge this amendment by filling out specified sections and submitting a copy with their proposals. All remaining terms and conditions of the original solicitation remain unchanged and in full effect. The amendment is signed by the contracting officer, Branden Lawson, and requires contractor acknowledgment to ensure compliance and adherence to proposal protocols.
    The Statement of Work (SOW) outlines the requirements for preventative maintenance and repair of eight Kardex/Remstar Vertical Carousel units at Fairchild AFB, WA. The contractor is tasked with conducting biannual maintenance, adhering to all applicable laws and manufacturer standards, and covering associated labor and travel costs. Detailed scope includes maintaining equipment, reporting any worn parts, and executing repairs when necessary, with written quotes provided for any work required. Repairs under $2,500 have expedited approval processes, but those exceeding this amount need a Contracting Officer's authorization. The document specifies operational hours for maintenance services and identifies federal holidays observed. Additionally, it states continuity protocols for essential contractor services during crises as decided by the DOD and related authorities. An appendix itemizes the specific carousel models and their respective locations on the base, ensuring clarity in the maintenance responsibilities assigned to the contractor.
    The government document outlines a Request for Proposal (RFP) for semi-annual preventative maintenance services for Kardex/Remstar carousels, outlining the estimated requirements across several fiscal years. It specifies a total of 16 maintenance services needed annually for eight carousels, with the maintenance period covering five years (one base year and four option years) from October 1, 2024, to March 30, 2030. The document prompts vendors to provide pricing for each of the subsequent years and a six-month extension, with all unit prices currently indicated as $0.00, suggesting that vendors have not yet submitted cost proposals. Each line item corresponds to different contract line item numbers (CLINs) for better organization and reference. The proposal emphasizes adherence to a Statement of Work prepared by the government, aiming to ensure proper servicing of the carousel systems to maintain operational efficiency. Overall, this RFP marks an effort by the government to secure reliable maintenance services while managing federal resources effectively through clear pricing and structured contract options.
    The document FA462024QA109 serves as a Wage Determination report under the U.S. Department of Labor's Service Contract Act, specifying wage rates and benefits for contract workers in the designated areas of Washington, particularly Pend Oreille, Spokane, and Stevens counties. It outlines two applicable executive orders that establish minimum hourly wage rates of $17.20 and $12.90 for different timeframes starting from January 30, 2022. The report lists various occupations, providing specific wage rates for each role, which reflect the necessary compensation for employees based on their job classifications. Additionally, it states fringe benefits such as health and welfare provisions, vacation, and holiday entitlements. The document also covers regulatory information related to employee classifications, compliance requirements for additional classifications, and the conformance process for unlisted jobs under the wage determination. This report is essential for contractors engaged with federal entities to ensure compliance with wage and benefit guidelines, thereby promoting fair labor practices within government contracts.
    Lifecycle
    Title
    Type
    FY25 Kardex Remstar MX
    Currently viewing
    Special Notice
    Combined Synopsis/Solicitation
    Similar Opportunities
    Maintenance and Repair Service on Medtronic Stealth System
    Active
    Dept Of Defense
    The Department of Defense, specifically the Medical Readiness Contracting Office - Pacific, intends to award a sole-source contract for maintenance and repair services on the Medtronic Stealth System, primarily at Madigan Army Medical Center in Tacoma, Washington. The contract will be a firm fixed price, indefinite delivery, indefinite quantity (IDIQ) agreement for a five-year period, requiring certified technicians to perform preventive maintenance, repairs, and modifications in accordance with the original equipment manufacturer's standards. This service is critical for ensuring the operational reliability of medical equipment used to support military personnel and their families. Interested parties must submit documentation demonstrating their capabilities by September 27, 2024, at 10:00 AM Pacific Time, to Brittany Chartier and Scott Barr via email, as no solicitation will be issued.
    Stryker Cot Maintenance
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Fleet Logistics Center (NAVSUP) Puget Sound, is seeking quotes for the maintenance of Stryker power cots across four naval fire stations in Washington State. The procurement involves a firm fixed price purchase order for annual preventative and corrective maintenance services, which must be performed by Stryker-trained specialists, ensuring compliance with original equipment manufacturer (OEM) standards and including warranty provisions for all parts. This maintenance is critical for maintaining operational readiness and safety in emergency services operations. Interested vendors must submit their quotes by September 24, 2024, at 1:00 PM EST, and direct inquiries to Amanda Cordell at amanda.j.cordell.civ@us.navy.mil.
    NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center San Diego (FLCSD), intends to award a Sole Source contract to Raymond Handling Solutions Inc for maintenance services on Raymond Swing Mast Forklifts, specifically model SA-CSR30T. The procurement involves scheduled preventive maintenance and corrective maintenance services, which are critical for ensuring the operational efficiency and reliability of the forklifts used in support of NAVSUP FLCSD Hazmat operations. This Sole Source Firm-Fixed-Price contract is justified due to the specialized nature of the equipment and the proprietary expertise required for its maintenance, with a total estimated cost of $25,832 for the services over a base period from October 1, 2024, to September 30, 2025, and three additional option periods extending through September 30, 2028. Interested parties may submit capability statements to Yesica Lorena Burrill at yesica.l.burrill.civ@us.navy.mil by the specified deadline for consideration, although no competitive quotes will be solicited.
    Notice Of Intent To Award For Sole Source Vacuum Maintenance Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, intends to award a sole source contract for vacuum maintenance services to Dustcontrol Inc. at Joint Base Elmendorf-Richardson, Alaska. The contract involves the installation of a new main control panel and components for a centralized vacuum system, which is critical for mitigating hazardous sanding dust, and includes the provision of specific solenoids and remote panels, with completion expected by October 2024. This procurement is essential for maintaining the functionality of a facility-wide dust control system, ensuring safety and operational efficiency. Interested parties who believe they can meet the requirements are encouraged to submit their capabilities in writing to the primary contacts, William Gentry and Beau Burton, by the specified response date, as no competitive quotes will be accepted.
    BRAND NAME OEM HYSTER YALE - FORK TRUCK REPAIR PARTS
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Puget Sound, is soliciting proposals for the procurement of brand-name OEM HYSTER YALE fork truck repair parts in support of the Military Sealift Command. This opportunity is a sole source requirement, emphasizing the need for specific items as outlined in the solicitation, with a firm, fixed-price contract to be awarded. The repair parts are crucial for maintaining operational efficiency within military logistics, ensuring that equipment remains functional and reliable. Interested small businesses, particularly those that are service-disabled veteran-owned or women-owned, must submit their proposals by September 20, 2024, at 11:59 PM (PST), and can direct inquiries to Crista Carrier at crista.m.carrier2.civ@us.navy.mil.
    BAK-12 Arresting System Spare Parts Single Source Notice
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure spare parts for the BAK-12 Arresting System, with the intention to award a contract to Curtiss-Wright Flow Control Service, LLC, as the sole source provider. The procurement is essential for maintaining the operational readiness of the BAK-12 system at Ebbing Air National Guard Base in Arkansas, as these parts are critical for aircraft landing equipment and must be sourced from the original equipment manufacturer to avoid warranty voids and potential system damage. Interested vendors are required to submit capability statements by September 23, 2024, at 11:00 AM CST, to the primary contacts, Jarrod Ford and Kelsey L. Brightbill, via email, as the government evaluates whether to proceed with a competitive procurement or continue with the single-source approach.
    J065--Pyxis Medication & Supply Dispenser Maintenance
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to award a sole-source contract to CareFusion Solutions, LLC for the maintenance of Pyxis Medication & Supply Dispenser systems at the James A. Haley Veterans Hospital in Tampa, Florida. This contract will encompass a one-year service agreement requiring factory-trained engineers to perform preventive maintenance, certification, and repair, as CareFusion is the exclusive authorized service provider for Pyxis equipment. The maintenance of these systems is critical for ensuring the efficient and safe dispensing of medications in a healthcare setting. Interested parties, particularly service-disabled veteran-owned and other small businesses, must demonstrate their qualifications and submit required documentation by September 23, 2024, at 3:00 PM EST to the Contract Officer, Walida Moore-Saintil, at Walida.MooreSaintil@va.gov. The NAICS code for this procurement is 811210, with a size standard of $34 million.
    Solicitation Vertical Transportation Equipment Full-Service Maintenance and Repair Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for full-service maintenance and repair services for Vertical Transportation Equipment (VTE) at Joint Base Lewis-McChord (JBLM) in Washington. The contractor will be responsible for providing all necessary personnel, equipment, and materials to ensure the safe and continuous operation of various types of VTE, including elevators and lifts, in compliance with established safety standards and regulations. This procurement is critical as it supports the mission-essential functions of JBLM, ensuring operational efficiency and safety for military personnel and facilities. Interested small businesses, including service-disabled veteran-owned and women-owned entities, must submit their proposals by October 11, 2024, with inquiries directed to Tiffany Neely at tiffany.m.neely2.civ@army.mil or Jason D. McCormick at jason.d.mccormick4.civ@army.mil.
    Semi- Preventative Maintenance Service on the X-Ray Machine and Enclosure
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command at the Corpus Christi Army Depot, is seeking sources for semi-preventative maintenance services on an X-Ray machine and enclosure. The contract requires the contractor to perform two maintenance visits per year, ensuring the X-Ray system's optimal functionality, which is critical for safety evaluations in aviation and weapons systems. Interested parties must submit their responses, including organizational details, to the Contract Specialist, Terry B. Clark, via email by 12:00 p.m. Central Standard Time on September 24, 2024. This opportunity is part of market research to determine procurement methods and may lead to small business set-asides or full and open competition.
    Notice of Intent to Sole Source Acutronic USA Inc
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Test Center at Holloman Air Force Base, intends to award a sole source contract to Acutronic USA Inc. for the evaluation of the Contraves Model 445 120-inch Air Bearing Centrifuge, which has experienced significant water intrusion. The procurement aims to engage a certified technician to conduct a thorough inspection and assessment of the centrifuge's operational parameters and damage, ensuring its readiness for critical military testing applications. This specialized equipment, valued between $75 million and $100 million, is essential for inertial testing, and Acutronic is the only vendor with the necessary expertise to service it. Interested parties may submit capability statements by September 25, 2024, with the anticipated award date set for September 30, 2024. For further inquiries, contact Nathan Jaye at nathan.jaye@us.af.mil or Brett Moore at brett.moore.6@us.af.mil.