H--Notice of Intent to Sole Source: Montel Rack Syste
ID: 140R8124Q0219Type: Special Notice
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF RECLAMATIONDENVER FED CENTERDENVER, CO, 80225, USA

NAICS

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

PSC

INSPECTION- MAINTENANCE AND REPAIR SHOP EQUIPMENT (H349)
Timeline
    Description

    The Department of the Interior, Bureau of Reclamation, is planning to award a sole source contract to Shelf Image, Inc. for the repair services of the Montel Rack System. This procurement falls under the NAICS Code 811310, which pertains to commercial and industrial machinery and equipment repair and maintenance, highlighting the specialized nature of the services required. The government has determined that only one responsible source can meet its needs, and the anticipated award date is September 20, 2024, with services expected to be completed within 10 days of the start date. Interested parties who believe they can fulfill the requirements must submit a capability statement by 5:00 PM EST on September 17, 2024, to Megan Swift at mswift@usbr.gov.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Special Notice - Intent to Award Sole Source
    Active
    National Archives And Records Administration
    The National Archives and Records Administration (NARA) intends to award a sole source fixed-price contract to Diebold Nixdorf, Inc. for essential preventative maintenance and support services for the Charters Vaults and Integrated Automated Retraction Systems. This procurement aims to ensure the continuous operation and display of the Charters of Freedom, which are critical to NARA's mission, by providing quarterly maintenance, emergency services, and optional upgrades. The contract, structured for a base year with four option years, is justified under FAR Part 13 Simplified Acquisition Procedures due to the unique and proprietary nature of the systems involved. Interested parties must submit proposals by 12:00 p.m. on September 20, 2024, with the anticipated award date set for September 27, 2024. For further inquiries, contact Cynthia Jones at Cynthia.Jones@nara.gov or Sheila Drumheller at Sheila.Drumheller@nara.gov.
    43--Canyon Ferry Air Compressor Heat Exchanger Con
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Reclamation, intends to award a sole source contract for the purchase and installation of Sullair air compressor heat exchanger conversion kits at the Canyon Ferry Power Plant in Helena, MT. The procurement includes the conversion of two Sullair compressors from water-cooled to air-cooled systems, along with necessary software reprogramming, recommissioning, and on-site training for power plant staff. This project is critical for enhancing the operational efficiency of the compressors, ensuring they meet updated performance standards. Interested parties who believe they can fulfill these requirements are invited to submit their qualifications by September 20th, 2024, at 3:00 PM Mountain Standard Time, with inquiries directed to Michelle Romine at mromine@usbr.gov.
    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.
    B--Environmental and Cultural Resource Services
    Active
    Interior, Department Of The
    Sources Sought INTERIOR, DEPARTMENT OF THE BUREAU OF RECLAMATION is seeking Environmental and Cultural Resource Services. This is a market research and planning request for information, not a solicitation for quotes, proposals, or bids. The government is looking for potential sources capable of providing these services for the Bureau of Reclamation. The primary NAICS Code for this requirement is 541620 - Environmental Consulting Services. The government is interested in both small and large businesses and is considering a five-year single award Indefinite-Delivery Indefinite-Quantity contract. Interested companies are encouraged to respond with their qualifications and capabilities. The deadline for responses is November 14, 2023.
    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).
    Intent to Sole Source - Aqua-Glo Kit Service and Repair
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, intends to award a sole source firm fixed-price contract for the service and repair of Aqua-Glo Kits to Gammon Technical Products Inc. This procurement is being conducted under Simplified Acquisition Procedures, and the government seeks to ensure that competition would be advantageous; however, no solicitation will be issued unless clear evidence of interest is presented. The Aqua-Glo Kits are critical for measuring, displaying, and controlling industrial process variables, highlighting their importance in maintaining operational efficiency. Interested parties must submit their responses by September 19, 2024, to Matthew Cardenas or Julia Gomez via the provided email addresses, as oral communications will not be accepted.
    SYNOPSIS - SOLE SOURCE – Government Furnished Equipment (GFE) MAINTENANCE, REPAIR, AND UPGRADE OF THE SIMPLIFIED DRIVER (SDR) AND CONTINUOUS WAVE ILLUMINATOR (CWI) MICROWAVE TUBES (MWTs)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking to procure maintenance, repair, and upgrade services for Government Furnished Equipment (GFE), specifically the Simplified Driver (SDR) and Continuous Wave Illuminator (CWI) Microwave Tubes (MWTs). The procurement is planned as a non-commercial Cost-Plus-Fixed-Fee (CPFF) Level of Effort (LOE) job order contract under Basic Order Agreement (BOA) N0016424RWP16, with one base year and four option years, utilizing US Navy funds. This contract is critical for ensuring the operational readiness and performance of essential military equipment, with an estimated maximum value of $500,000. Interested parties may submit capability statements for consideration, but the contract is intended to be sole sourced to Communications & Power Industries LLC, with a closing date for submissions set for October 2, 2024, at 4:00 PM EST. For further inquiries, contact Kori Koss at kori.l.koss.civ@us.navy.mil or Seth Taylor at seth.t.taylor.civ@us.navy.mil.
    D--SPECIAL NOTICE OF INTENT TO AWARD TO A SOLE SOURCE
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) intends to award a sole source contract to Skymira, LLC for the procurement of 135 Orbcomm Satellite terminals and associated data services, aimed at enhancing the operational efficiency and safety of wildland fire vehicles. This acquisition is critical for ensuring reliable vehicle tracking in remote areas, as mandated by the Dingell Act, and is designed to streamline interagency operations in collaboration with the Bureau of Land Management (BLM), which already utilizes the same tracking system for over 700 vehicles. The contract will be awarded under Simplified Acquisition Procedures, with a total value not exceeding $250,000, and interested parties are invited to express their capabilities within ten calendar days of this notice, which closes on September 22, 2024, at 5:00 p.m. Eastern Time. For further inquiries, contact Melissa Niemi at melissaniemi@fws.gov or by phone at 612-713-5216.
    7B--Facility Management System Motion Control Engineer
    Active
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is seeking proposals for the Facility Management System Motion Control Engineer project, specifically aimed at upgrading the elevator monitoring system at the Hoover Dam. The procurement involves supplying and installing IController software, Dell PCs, and associated warranties to enhance operational support and monitoring capabilities for elevator maintenance personnel. This upgrade is crucial for maintaining safety and efficiency at the facility, ensuring compliance with IT security protocols. Interested vendors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their quotes by September 19, 2024, at 10:00 AM PDT, and can direct inquiries to Noah Maye at nmaye@usbr.gov.
    F--NOTICE OF INTENT TO AWARD SOLE SOURCE FOR Desoto NWR Bertrand Collection Museum
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) intends to award a sole source contract for the conservation of artifacts from the Bertrand Collection at DeSoto National Wildlife Refuge to the Nebraska Historical Society. This specialized museum conservation work is critical due to the fragility of the artifacts, which necessitates expertise and proximity to minimize risks associated with transportation and handling. The Nebraska Historical Society has been recognized as the only responsible source capable of performing this complex work, having established a trusted relationship with the USFWS and demonstrated consistent quality in artifact care. Interested parties may submit a statement of capabilities to Renee Babineau at reneebabineau@fws.gov, but no telephone inquiries will be accepted. The contract is expected to be awarded under the authority of FAR 6.302-1, with no competitive quotes being solicited.