Texas Bids > Bid Detail

Intent to Sole Source - ARNORTH Caisson Swing Space Trailer and Storage Unit Rental and Maintenance

Agency:
Level of Government: Federal
Category:
  • 54 - Prefabricated Structures and Scaffolding
Opps ID: NBD00159687127522533
Posted Date: Oct 26, 2023
Due Date: Oct 31, 2023
Source: https://sam.gov/opp/9b52b4fd12...
Follow
Intent to Sole Source - ARNORTH Caisson Swing Space Trailer and Storage Unit Rental and Maintenance
Active
Contract Opportunity
Notice ID
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AIR EDUCATION AND TRAINING COMMAND
Sub Command
JOINT BASE SAN ANTONIO
Office
FA3016 502 CONS CL
General Information
  • Contract Opportunity Type: Special Notice (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Oct 26, 2023 08:55 am CDT
  • Original Response Date: Oct 31, 2023 02:00 pm CDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Nov 15, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 5410 - PREFABRICATED AND PORTABLE BUILDINGS
  • NAICS Code:
    • 531120 - Lessors of Nonresidential Buildings (except Miniwarehouses)
  • Place of Performance:
    JBSA Ft Sam Houston , TX 78234
    USA
Description

The 502d Contracting Squadron, Joint Base San Antonio (JBSA) Randolph, TX intends to award a sole source, firm-fixed price purchase order to JAMCO Ventures LLC, 1450 N. Flores Street, San Antonio, TX 78212-4928 for US ARNORTH – Swing Space Trailer and Storage Unit rental and maintenance. Place of performance will be at 2133 North Pine Street, JBSA Fort Sam Houston, TX. The anticipated award date is 15 December 2023.



JAMCO Ventures LLC is the current contractor for these services which will expire on 31 December 2023. Due to unforeseen Governmental delays, additional rental time is required. The anticipated period of performance for the service will be from 01 January 2024 to 30 June 2024.



The applicable NAICS code is 332311. The size standard as defined by the U.S. Small Business Administration is 750 employees.



This single source is authorized under FAR 13.106-1(b), in that the circumstances of this contract action deem only a single source is reasonable to fulfill the stated requirement since rental facilities are in place and currently being utilized.



THIS NOTICE OF INTENT IS NOT A SOLICITATION, REQUEST FOR PROPOSAL OR REQUEST FOR QUOTE. Requests for copies of a solicitation in response to this notice will not be honored or acknowledged. Pursuant to FAR 13.501(a)iii, Special Documentation Requirements, the formal Justification and Approval for this action shall be posted on this site within 14-days after contract award. Oral communications will not be accepted in response to this notice. Any information received pertaining to this notice will be emailed to jill.van_plew@us.af.mil no later than 2:00 p.m. Central Time, Tuesday, 31 October 2023.


Attachments/Links
Contact Information
Contracting Office Address
  • ADMIN ONLY NO REQTN CP 210-671-3617 1655 SELFRIDGE AVE BLDG 5450
  • JBSA LACKLAND , TX 78236-5286
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Oct 26, 2023 08:55 am CDTSpecial Notice (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >