Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 09, 2023 SAM #7956
SPECIAL NOTICE

34 -- 34--JET PRO RETROFIT FOR OMAX 60120 WATERJET

Notice Date
9/7/2023 12:31:27 PM
 
Notice Type
Special Notice
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
LOWER COLORADO REGIONAL OFFICE BOULDER CITY NV 89005 USA
 
ZIP Code
89005
 
Solicitation Number
140R3023Q0100
 
Response Due
9/12/2023 2:00:00 PM
 
Archive Date
09/27/2023
 
Point of Contact
Toledo, Virginia, Phone: 9283438136, Fax: 928343
 
E-Mail Address
vtoledo@usbr.gov
(vtoledo@usbr.gov)
 
Description
140R3023Q0100 � Jet Pro Retrofit Kit This solicitation is being advertised as a noncompetitive sole source solicitation. As provided under FAR 13.103-1(b)(1), this project will be solicited on a noncompetitive basis because there is only one responsible source capable satisfying the agency�s requirement. The Bureau of Reclamation, Lower Colorado Basin, Hoover Dam Office has a requirement for proprietary OMAX Jet Pro Retrofit Kit to be installed on Government Owned OMAX Model 60120 Waterjet Machine. The OMAX A-Jet Pro Retrofit Kit is essential to the government�s requirement because it was designed specifically to function properly with the current OMAZ Model 60120 machine. OMAX is the original equipment manufacturer for the Water Jet and the associated retrofit kits that allow the A-Jet Pro to be fitted to the OMAX machinery. Reclamation intends to award, on a sole source basis, a firm fixed price type purchase order to Phillips Corporation, 7390 Coca Cola Dr., Suite 200, Hanover, MD, 21076. Phillips Corporation is the sole source supplier for OMAX equipment. The NAICS for this action is 335999, All Other Miscellaneous Electrical Equipment and Components which has a size standard of 600 Employees. Award is anticipated for September 15, 2023. This notice of intent is not a request for competitive proposals; however, any firm believing it can fulfill the requirement identified above may submit a written response to be received at the Contracting Office no later than 5 days after the date of publication of this notice, which shall be considered by the agency. The written response shall reference solicitation number 140R3023Q0100, emailed to Virginia Toledo at vtoledo@usbr.gov. The email must provide a capability statement that clearly indicates the firm's experience, assets, background, and ability to perform the required work without compromising the quality, accuracy, reliability, and schedule. All responsible sources must be registered in the System for Award Management (SAM) database at the following website: http://www.sam.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4acf0ac2b5c84efea4c2cc27d8086a3a/view)
 
Record
SN06821705-F 20230909/230907230054 (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.