J065--Intent to Sole Source for AMST for Mobile trailer repair
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
NOTICE OF INTENT TO AWARD SOLE SOURCE: Department of Veterans Affairs (VA) Regional Procurement Office East (RPOE), Network Contracting Office 4 (NCO 4) intends to award a sole source contract with Advanced Mobility & Shelter Technologies, LLC (AMST) located at 611 Commerce Center Dr, University Park, IL 60484 for full service and maintenance of VA Pittsburgh Medical Center Monroeville CBOC owned MRI Trailer.
This contract is issued to ensure the continuous support of the AMST MRI Trailer for preventive maintenance and repair as identified in this scope of work (SOW). The Statement of Work is attached. The period of performance will be a base period of one-year and four one-year option periods.
THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE QUOTES; however, any responsible firm that believes it can meet the requirements may give written notification and capability statements prior to the response due date and time. Vendors shall indicate if they are the direct supplier or service provider of the items and/or authorized reseller/distributor. Supporting evidence must be furnished in sufficient detail to demonstrate the ability to perform the requirements and must include relevant corporate experience along with the applicable contract number, total contract dollar amount, contract period of performance, details of the relevant services and customer point of contact with corresponding telephone number and email address.
Responses must include following information:
Company Name
SAM number
Company s address
Point of Contact information (title, phone number and email address)
Business size.
Response received will be evaluated; however, a determination by the Government not to compete the proposed procurement based on responses to this notice is solely within the discretion of the Government. Information provided will not be returned.
Responses are due by January, 26 at 10:00 AM (EST). No submissions will be accepted after this date and time. Responses shall be submitted via email to derek.chuff@va.gov.
The NAICS code for this acquisition is 532120 and the standard size is $47.0M.