J--Notice of Intent to Sole Source diagnose and repair within the warranty Clarenc
ID: DOIFFBO240028Type: Special Notice
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, SAT TEAM 2Falls Church, VA, 22041, USA

PSC

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

    Notice of Intent to Sole Source diagnose and repair within the warranty Clarence Cannon Refuge's Cat 299D Skid Steer. The U.S. Fish and Wildlife Service, Joint Administrative Operations, Acquisition & Property Operations, intends to award a firm fixed price sole source contract to JOHN FABICK TRACTOR CO for the diagnosis and repair of the Cat 299D Skid Steer. The machine requires urgent repairs due to chaffed/damaged hydraulic lines and final gear drive failure. These repairs are necessary as the machine has been committed to a time-sensitive Bipartisan Infrastructure Law (BIL) fuels reduction project at Crab Orchard Refuge. Interested parties may submit a statement of capabilities, but the award is intended for JOHN FABICK TRACTOR CO.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Similar Opportunities
    J--Notice of intent to award a contract action to Caterpillar Inc for a heavy equipment Service Life Extension Program (SLEP)
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY intends to award a contract action to Caterpillar Inc for a heavy equipment Service Life Extension Program (SLEP). The service being procured is for the extension of the service life of heavy equipment. Caterpillar Inc is the Original Equipment Manufacturer (OEM) and the only source capable of meeting the requirements of the program. The contract will be a single award, fixed-price contract with a performance period of up to 60 months. For more information, contact Antoinette Ceglia at Antoinette.ceglia@navy.mil.
    Notice of Intent to Award Sole Source - SeaTrax Slew Gearbox
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers - St. Paul District intends to award a sole source contract for the acquisition of one slew gearbox, part number 20221, specifically for a SeaTrax S9022 Lattice Boom Crane, to SeaTrax Inc. This procurement is justified under 41 U.S.C. 1901(a)(1) and FAR 13.106-1, as SeaTrax Inc. is the exclusive provider of the original equipment manufacturer (OEM) parts necessary for ensuring compatibility and optimal performance of the equipment. The contract action is critical for maintaining operational efficiency and reliability of the crane, and no competitive proposals or quotes will be solicited. Interested parties must submit written notifications to the Contracting Officer, John Riederer, by September 9, 2024, at 10:00 CDT, to be considered for this opportunity.
    Notice of Intent to Sole Source - GCQ3 Breaker Retrofit
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), Walla Walla District, intends to award a sole source contract to Schneider Electric Buildings Critical Systems, Inc. for the supply, testing, commissioning, and shipment of a custom adapter cradle necessary for retrofitting a Square D breaker into an existing Westinghouse brand switchboard breaker cubicle at the Dworshak National Fish Hatchery in Idaho. This procurement is critical as the existing breaker is over 40 years old and requires replacement with minimal operational downtime, necessitating Schneider Electric's unique expertise and proprietary knowledge for successful installation and testing. The project is justified under FAR provisions for sole-source procurement due to the lack of viable alternatives, with an independent government cost estimate required to ensure fair pricing. Interested parties may express their capabilities to Mary Seiner at Mary.L.Seiner@usace.army.mil by 11:00 AM PDT on September 13, 2024.
    SOLICITATION – New Equipment Purchase for ILWW and Lake Red Rock
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting bids for the purchase of new construction equipment, including a Tier 4, 74 HP Skid Steer and a Tier 4, 105 HP Track Loader, as part of a procurement initiative for the Illinois Waterway and Lake Red Rock projects. The procurement includes a trade-in option for a used Bobcat T870, allowing bidders to apply a credit towards the purchase of the new equipment. This acquisition is crucial for enhancing operational capabilities and ensuring efficient asset management within government operations. Interested suppliers must submit their quotations via email by the specified deadline, including the solicitation number in the subject line, and are encouraged to direct technical inquiries to the primary contact, Christopher McCabe, at christopher.a.mccabe@usace.army.mil, by September 12, 2024, at 1:00 PM CDT.
    38--MN RICE LAKE NWR - COMPACT TRACK LOADER Purchase
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking bids for the purchase of a Compact Track Loader for the MN Rice Lake National Wildlife Refuge, with the delivery address changed to Savanna NWR in Thomson, Illinois. The procurement aims to enhance operational capabilities at the wildlife refuge, requiring a loader that meets specific performance criteria, including a minimum engine power of 89 horsepower and a weight capacity of 3,100 to 3,500 pounds, while adhering to U.S. EPA emissions standards and safety regulations. Interested vendors must submit their quotes by September 11, 2024, with the contract performance period set from September 16, 2024, to March 31, 2025. For further inquiries, potential bidders can contact Dana Arnold at danaarnold@fws.gov or call 571-547-3405.
    Intent to Sole Source - Haas Performance Assurance Services AVCRAD
    Active
    Dept Of Defense
    The Department of Defense, specifically the Missouri Aviation Classification Repair Activity Depot (MO AVCRAD), intends to award a sole source contract for Performance Assurance (PA) services for four Haas brand metalworking machines located in Springfield, Missouri. The procurement aims to ensure that the contractor, Phillips Corporation Inc., who holds exclusive distribution rights for Haas CNC Machine Tools, provides necessary maintenance and support services as outlined in the Performance Work Statement (PWS). These services are critical for maintaining operational efficiency and compliance with safety regulations for the metalworking machinery used by the government. Interested parties may submit quotes via email to the primary contacts, Douglas Young and Stephen Miller, by 3:00 p.m. Central Daylight Time on September 19, 2024, with the contract being conducted under FAR Part 13 guidelines.
    J--Repair Caterpillar 143H motor grader
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs (BIA), is seeking a contractor to repair a Caterpillar 143H motor grader that has experienced engine failure. The contractor will be responsible for providing comprehensive repair services, including a diagnostic estimate and the replacement of the engine with a reconditioned Long Block, while utilizing reusable parts from the existing engine. This grader is crucial for maintaining irrigation canals and drainage systems, which are vital to the BIA's operational capacity. Interested vendors must submit pricing information and a capability statement by 8:00 a.m. MDT on September 20, 2024, and can direct inquiries to Randall Brown at Randall.Brown@bia.gov or by phone at 520-723-6208.
    UT-FISH SPRINGS NWR 140 HP TRACTOR
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, part of the Department of the Interior, is seeking proposals for the acquisition of a 140 HP agricultural tractor for the Fish Springs National Wildlife Refuge in Utah. The procurement aims to replace an aging John Deere model 6430, which has logged significant hours and exhibits performance issues, thereby ensuring operational readiness for wildlife management and conservation efforts. The tractor must meet stringent specifications, including a minimum weight, advanced hydraulic systems, and connected support capabilities, with a trade-in option for the old unit. Interested vendors should submit their proposals electronically by the specified deadline, and for further inquiries, they can contact Monica Faulk at MonicaFaulk@fws.gov or call 404-679-4065.
    Notice to award sole source_ Guam Trailer repair
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, intends to award a sole source contract for the repair of a non-operational RBM trailer at Coast Guard Station Apra Harbor in Santa Rita, Guam. The contractor will be responsible for providing labor, materials, and professional services to replace hydraulic hoses, fittings, and adapters, as well as transporting the trailer to a repair facility and disposing of hazardous waste while adhering to safety standards, including OSHA regulations. This repair is critical for maintaining operational readiness, and the urgency of the situation has led to a local area set-aside for the contract, with Pacific Unlimited being the only vendor able to provide a quote. Interested parties may submit capability statements to SKCS Justin Hinkle at justin.n.hinkle@uscg.mil before the notice closes, although no solicitation will be posted as a result of this notice.
    Sole Source Notification - Repair of SDV MK8 Motor/Control
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Panama City Division, is seeking to award a sole source contract for the repair of SDV MK8 motor/controllers to Motion Control Systems. The procurement involves the repair of two specific units, with a total contract value not exceeding $250,000, as these motor/controllers were custom manufactured and no other suppliers can meet the unique requirements without incurring prohibitive costs and delays. This contract is critical for maintaining operational capabilities of the SDV MK8 systems. Interested vendors must submit their quotes, including supporting documentation, to Hudson Sim via email by the specified deadline, ensuring compliance with all outlined requirements.