Notice for Intent to Award Sole Source: 82 TRSS Kardex Shuttle #2 Replacement Parts
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.
The 82d Contracting Squadron, Sheppard AFB, TX intends to award a sole source, firm-fixed price purchase order for replacement parts to repair a Kardex Remstar Vertical Lift Module (VLM) to Southwest Solutions Group, 2535-B E, State Hwy 121, Suite 110, Louisville, Texas 75056.
The statutory authority which permits other than full and open competition for this acquisition is 10 United States Code (USC) 2304 (c)(1), as implemented by FAR 13.106-1(b). This authority is supported by an approved Single Source Justification. It is the Government's intent to proceed with this sole-source action. The applicable NAICS code is 335312. The size standard as defined by the U.S. Small Business Administration is 1,250 employees.
THIS NOTICE OF INTENT IS NOT A SOLICITATION, REQUEST FOR PROPOSAL OR A REQUEST FOR QUOTATION. A solicitation package will NOT be issued. Requests for copies of a solicitation in response to this notice will not be honored or acknowledged. Information received in response to this notice will be considered solely for the purpose of determining whether conducting a competitive procurement in the future is in the best interest of the Government. All information submitted should support the offeror's capability to provide the services required, and shall be furnished at no cost or obligation to the Government. Responses must be in writing and must provide clear and concise documentation indicating an offeror's capability to provide these services. Verbal responses are not acceptable and will not be considered. Responses and questions shall be received via email by e-mail, ashley.green.18@us.af.mil and kiana.perry@us.af.mil NLT 19 January 2026.