820 RHS Volt Seamer
ID: F3GHBA4194AW01Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4861 99 CONS LGCNELLIS AFB, NV, 89191-7063, USA

NAICS

Construction Machinery Manufacturing (333120)

PSC

EARTH MOVING AND EXCAVATING EQUIPMENT (3805)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the 99th Contracting Squadron, intends to award a sole source Purchase Order for the acquisition of the 820 RHS Volt Seamer, citing that only one vendor can meet the specialized requirements for this equipment. This procurement is critical for operational needs at Nellis Air Force Base in Nevada, emphasizing the unique capabilities of the required supplies. Interested vendors must submit a capability statement, including technical and cost data, by September 9, 2024, at 12:00 PM Pacific Time, to the designated contacts, Samuel Toledo and Agatha Keith Morrison, via email. The government will evaluate the submissions to determine whether to proceed with a competitive procurement or continue with the sole source approach.

    Point(s) of Contact
    Agatha Keith Morrison
    agatha.morrison@us.af.mil
    Files
    Title
    Posted
    The document outlines a government Request for Proposal (RFP) for the procurement of specific equipment, focusing on the purchase of electric seamers from M.I.C. Industries Inc. The main item listed is the "MIC 240 110 VOLT SEAMER," with a part number 115-8000-A, for which the government intends to purchase three units. Additionally, it includes a provision for freight and delivery, specifying one unit of delivery service. This file is part of a formal process to allocate resources for fulfilling operational needs, emphasizing the importance of logistical arrangements alongside the acquisition of the seamers. Overall, the document reflects typical federal procurement practices in sourcing specialized equipment to support government functions and operations.
    The 99th Contracting Squadron intends to award a sole source Purchase Order for the 820 RHS Volt Seamer, citing that only one vendor can provide the uniquely specialized services required. This notice does not invite competitive proposals, and no solicitation document is available for this requirement. Interested sources must submit a capability statement by September 9, 2024, including technical and cost data that demonstrates their ability to meet the needs outlined. Statements that solely seek additional information will not be considered affirmative responses. The Government will decide whether to proceed with a competitive procurement based on the submissions received. The capability statements must be emailed as attachments under 10 MB to a designated government contact to ensure receipt. This announcement highlights the government’s commitment to ensuring adequate procurement processes while assessing vendor capabilities for specialized supplies.
    Lifecycle
    Title
    Type
    820 RHS Volt Seamer
    Currently viewing
    Special Notice
    Similar Opportunities
    99 CS L3Harris Encryption Software
    Active
    Dept Of Defense
    The Department of Defense, specifically the 99th Contracting Squadron of the Air Force, intends to award a sole-source purchase order for L3Harris Encryption Software, citing exclusive licensing agreements under FAR 13.106-1(b)(1)(i). This procurement involves acquiring 26 units of proprietary Over the Air Rekeying/Zeroizing Encryption Software, which is critical for ensuring compliance with contemporary encryption security standards for base network communication. Interested parties are required to submit a capability statement that includes technical and cost data by September 20, 2024, at 08:00 AM Pacific Time, with submissions sent via email to 1st LT Vincent McDonough at vincent.mcdonough.2@us.af.mil. The government will evaluate all capability statements to determine the necessity of competitive procurement versus proceeding with a sole-source award.
    Intent to Sole Source - Advantor Duress System Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the 99th Contracting Squadron at Nellis Air Force Base (AFB) in Nevada, intends to award a sole source contract to Advantor Systems Corp. for the procurement and installation of a Duress Intrusion Detection System (IDS). This contract will include the purchase of four wireless duress remotes, one receiver, and one IDS panel, with the decision to select Advantor as the sole source based on their unique capabilities and proprietary rights, ensuring compatibility with existing security systems. The procurement is critical for maintaining the integrity and reliability of security operations at Nellis AFB, as Advantor is the only certified provider that meets the specialized requirements outlined by the Air Force Security Forces Center. Interested parties must submit capability statements, including technical data and cost information, by September 23, 2024, at 10:00 AM Pacific Time, to Lisa Hallberg at lisa.hallberg.1@us.af.mil.
    Notice of Intent to Sole Source - CamWorks Software
    Active
    Dept Of Defense
    The Department of Defense, through the Air Force Test Center at Holloman AFB in New Mexico, intends to award a sole source purchase order to GoEngineer LLC for the procurement of CamWorks Software for the 846th Test Squadron. This software is critical for specific operational needs, and after thorough market research, GoEngineer LLC was identified as the only vendor capable of meeting the required specifications. The procurement falls under NAICS code 513210, with a small business size standard of $47 million, and the anticipated award date is September 27, 2024. Interested vendors may submit capability statements or proposals by September 20, 2024, to the contracting officer, Mr. Brett Moore, at brett.moore.6@us.af.mil.
    SOLE SOURCE NOTICE
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Norfolk, intends to award a Sole Source Firm Fixed Price Contract to Controlled Environment Systems LLC for specialized services. This procurement is being conducted under FAR 6.302-1, which allows for sole source contracts when only one source is deemed capable of fulfilling the requirements. The services sought are critical for the maintenance and repair of commercial and industrial machinery and equipment, ensuring operational readiness and efficiency. Interested parties may challenge this sole source determination by submitting written information to Nichole Stevens at nichole.stevens@navy.mil, as the Government will consider such challenges in deciding whether to compete the requirement.
    Notice of Intent to Sole Source: REAL and RUSB System
    Active
    Dept Of Defense
    The Department of Defense, specifically the 19th Contracting Squadron at Little Rock Air Force Base in Arkansas, intends to award a sole-source contract to QRDC, Inc. for the acquisition of a REAL M12 - 12" Reusable Energy Absorbing Layer Module and a Reusable Universal Skid Board. These items are critical for enhancing safety and operational efficiency in military applications, particularly in aircraft operations. Interested parties are invited to submit a capability statement, proposal, or quotation by September 20, 2024, at 4:00 PM CST, with all submissions directed to Lt. Ethan Lenoir at ethan.lenoir.1@us.af.mil. Oral communications will not be accepted, and the contract will be awarded without further notice if no competitive responses are received.
    Notice of Sole Source Purchase- BaseConnect
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, has issued a Sole Source Purchase notice for BaseConnect, indicating that this procurement is not open to competition. The contract is set aside under the 8(a) program, which is designed to assist small disadvantaged businesses, and it falls under the NAICS code 513210 for Software Publishers. The goods and services being procured are related to aircraft ground servicing equipment, highlighting the importance of reliable software solutions in supporting military operations. Interested parties can reach out to Heather Long at heather.long.10.ctr@us.af.mil or by phone at 580-213-7179 for further inquiries, although no quotes will be accepted for this notice as it has already been awarded to BaseConnect.
    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.
    SOLE SOURCE - REFURBISHMENT - Davit STEM Weldments QTY 2 and MAST Weldments QTY 12 (BASE w/OPTIONS)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking proposals for the refurbishment of Davit STEM Weldments (quantity 2) and MAST Weldments (quantity 12) under a sole-source contract with Chesapeake Machining & Fabrication, Inc. This procurement is essential for maintaining the operational readiness of guided missile systems, as the specified weldments are critical components in naval applications. The contract is set to be awarded following the submission of capability statements and quotations, with a closing date for submissions on September 20, 2024, at 4:00 PM Eastern Time. Interested vendors should direct inquiries and proposals to Sandra Gunderman at sandra.e.gunderman.civ@us.navy.mil, and ensure they are registered in the System for Award Management (SAM).
    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.
    99 CS Spectrum Monitor Sys
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of specialized spectrum monitoring equipment under solicitation number F3G3FA4169AW01. This request for quotation (RFQ) is a Total Small Business Set-Aside and seeks to acquire two units of the UMS Digital Spectrum Monitoring Receiver and one unit of the CEPTOR Controller Station Spectrum Monitoring Software, both manufactured by Rohde and Schwarz, to enhance spectrum monitoring capabilities at Nellis Air Force Base in Nevada. The contract is anticipated to be a Firm Fixed Price (FFP) type, with a delivery timeline of four months after award, and proposals must be submitted electronically by September 20, 2024, remaining valid until September 30, 2024. Interested vendors should ensure they are registered in the System for Award Management (SAM) and can contact Agatha Keith Morrison at agatha.morrison@us.af.mil for further details.