Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 15, 2025 SAM #8602
SPECIAL NOTICE

J -- HIANG Vertical Lift Machines - Intent to Sole Source

Notice Date
6/13/2025 1:43:24 PM
 
Notice Type
Special Notice
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
W7M4 USPFO ACTIVITY HIANG 154 HONOLULU HI 96816-4495 USA
 
ZIP Code
96816-4495
 
Solicitation Number
006726
 
Response Due
7/7/2025 9:00:00 AM
 
Archive Date
07/22/2025
 
Point of Contact
Emma Newbegin, Phone: 8088446431, Clesson Paet, Phone: 8088446333
 
E-Mail Address
emma.a.newbegin.civ@army.mil, clesson.k.paet.civ@army.mil
(emma.a.newbegin.civ@army.mil, clesson.k.paet.civ@army.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
Hawaii Air National Guard, intends to issue a sole source firm fixed price contract to Kardex Remstar Inc. 41 Eisenhower Drive, Westrbrook ME 04092-2032. The requirement will be sole sourced to Kardex Remstar Inc to provide and perform preventative maintenance level 1 servicing as defined in the PWS attached. The 154 Logistics Readiness Squadron utilize two Modula VLM�s Vertical Lift Machines to store aircraft consumable, non-consumable, shelf-life, ESD and parts requiring higher maintenance. These machines are critical to daily supply operation for home station and abroad warfighter readiness. Period of Performance shall be one (1) base year of 12 months and two (2) 12-month option years; totaling three years. The contractor shall provide services between the hours of 0600-1530 on Monday through Friday, except on recognized US holidays or when the Government facility/installation is closed due to local or national emergencies, administrative closings, or similar Government-directed facility/installation closings. Performance shall be completed at 360 Mamala Bay Dr. Bldg. 3415 Joint Base Pearl Harbor Hickam, Hawaii 96853. The contractor shall always maintain an adequate work force for the uninterrupted performance of all tasks defined within this PWS when the Government facility/installation is not closed for the above reasons. When hiring personnel, the contractor shall keep in mind that the stability and continuity of the work force are essential. Teleworking is not authorized. This procurement is being conducted in accordance with FAR Part 6.302-1 and 13.106-1(b)(1) soliciting from a single source. The NAICS code is 811310 and has a size standard of $11,000,000.00 dollars for this procurement. This notice of intent is not a request for competitive quotes. Interested parties may identify their interest and capability to respond to the requirement no later than 1000 AM EST, 7 JULY 2025: emma.a.newbegin.civ@army.mil. Responses received will be evaluated; however, a determination by the Government not to compete the proposed procurement based upon responses received to this notice is solely within the discretion of the Government. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's capability to perform the work. The Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. Determination by the Government not to compete the proposed procurement based upon responses received to this notice is solely within the discretion of the Government. No Proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s.) Respond directly to the POC email address listed in the notice for consideration.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e1b2c4a2445b4cd5b0e2e56bb11462fa/view)
 
Place of Performance
Address: JBPHH, HI, USA
Country: USA
 
Record
SN07476905-F 20250615/250613230046 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.