SOLICITATION NOTICE
J -- FL ST. MARKS NWR FL-JOHN DEERE 6430 REPA
- Notice Date
- 9/2/2023 11:15:44 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333112
— Lawn and Garden Tractor and Home Lawn and Garden Equipment Manufacturing
- Contracting Office
- FWS SAT TEAM 3 Falls Church VA 22041 USA
- ZIP Code
- 22041
- Solicitation Number
- DOIFFBO230184
- Response Due
- 9/6/2023 2:00:00 PM
- Archive Date
- 09/21/2023
- Point of Contact
- Valdes, Jessica, Phone: 0000000000
- E-Mail Address
-
jessica_valdes@fws.gov
(jessica_valdes@fws.gov)
- Description
- NOTICE OF INTENT TO AWARD SOLE SOURCE THIS IS A NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT AND IS NOT A REQUEST FOR COMPETITIVE QUOTES. U.S. Fish and Wildlife Service, Joint Administrative Operations, Acquisition & Property Operations intends to award a firm fixed price sole source contract under the authority of: FAR 6.302-1 only one responsible source To: AG-Pro Companies 12793 US HWY 19 South Thomasville, GA 31792 The North American Industry Classification System (NAICS) code for this requirement is 333112 Lawn and Garden Tractor Home Lawn and Garden Equipment Manufacturing 1,500 size standard in number of employees. The object of this sole source award to AG-Pro Companies for repair and maintenance of engine, hydraulic system, and rebuild of transmission for St Mark Nation Wildlife Refuge John Deer 6430 farm tractor. The preventive maintenance service is to include changing engine oil, oil filter, primary intake air filter, secondary air intake filter, both fuel filters, main hydraulic filter, replace hydraulic oil, transmission filter, cab recirculating air filters, grease articulation points on tractor and loader. Diagnose service transmission code and service hydraulic code. This synopsis does not constitute a solicitation; however, if any interested party believes they can meet the above requirement, it may submit a statement of capabilities. The statement of capabilities must be submitted in writing and must contain clear and convincing evidence that competition of this requirement would be advantageous to the Government. If parties choose to respond, any cost associated with preparation and submission of data or any other cost incurred in response to this announcement are the sole responsibility of the respondent and will not be reimbursed by the Government. Responses received will be for the sole purpose of market research for future requirements. Capability statements shall be submitted by e-mail ONLY as a Microsoft Word or Adobe PDF attachment to the following address: jessica_valdes@fws.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/a47c666ba723480e995f198b06bbdf8a/view)
- Record
- SN06817315-F 20230904/230902230047 (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 |