SPECIAL NOTICE
J -- NOTICE OF INTENT TO SOLE SOURCE - FY25 AETC LAK Chiller Repair
- Notice Date
- 5/28/2025 11:05:34 AM
- Notice Type
- Special Notice
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- FA3016 502 CONS CL JBSA LACKLAND TX 78236-5286 USA
- ZIP Code
- 78236-5286
- Solicitation Number
- FA301625Q0128NOI
- Response Due
- 6/2/2025 10:00:00 AM
- Archive Date
- 06/03/2025
- Point of Contact
- Teresa Sullivan, N. Marie Phillips
- E-Mail Address
-
teresa.sullivan.4@us.af.mil, norena.phillips@us.af.mil
(teresa.sullivan.4@us.af.mil, norena.phillips@us.af.mil)
- Description
- The 502d Contracting Squadron, Joint Base San Antonio (JBSA) Lackland (LAK), intends to award a sole source, firm-fixed price (FFP) purchase order to Johnson Controls Inc. (CAGE: 32242) under authority of Federal Acquisition Regulations (FAR) 13.106-1(b)(1)(i) �Soliciting Competition.� THIS NOTICE OF INTENT IS NOT A SOLICITATION, REQUEST FOR PROPOSAL or REQUEST FOR QUOTE. However, interested parties may identify their interest and capability in fulfilling this requirement by responding within 3 calendar days after publication of this notice. This information will be used to determine the appropriate acquisition strategy, including whether a competitive solicitation is necessary. The Government retains sole discretion in making this determination. The appropriate NAICS code is 238220 and the size standard is $19 Million. DESCRIPTION OF SERVICES: � Replace the chilled water temperature sensors, condenser temperature sensors, and pressure transducer. (Serial Number: SDKM-905240; Model Number: YMC2-S0839AA). � Replace the Variable Speed Oil Pump (VSOP) board on chiller CH-D1-2. (Serial Number: SKXM-071520; Model Number: YKFTQ7-CKGS). � Replace three (3) Insulated Gate Bipolar Transistor (IGBT) gate driver boards on designated chiller one unit. (Serial Number: SDKM-905240; Model Number: YMC2- S0839AA). A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. Information received will normally be considered solely for determining whether to conduct a competitive procurement. The 502d Contracting Squadron will NOT be responsible for any costs incurred by interested parties in responding to this notice of intent. Only written responses will be considered. All responses from responsible sources will be fully considered. As a result of analyzing responses to this notice of intent, the Government shall determine if a solicitation will be issued. Any prospective contractor must be registered in the System for Award Management (SAM) to be eligible for award. Interested parties are encouraged to furnish information by email only with �RESPONSE TO INTENT TO SOLE SOURCE - AETC CHILLER REPAIRS� in the subject line. All documents submitted will not be returned. All interested parties shall submit clear and convincing documentation demonstrating their capabilities to satisfy the requirements listed above to Ms Teresa Sullivan, Contract Specialist, at teresa.sullivan.4@us.af.mil, and to Ms. N. Marie Phillips, Contracting Officer, at norena.phillips@us.af.mil. The capability documentation should include general information and technical background describing in detail the prospective contractor's capabilities and experience that will demonstrate the ability to support these requirements, including proof of certification that the product meets federal standards. This notice will expire on Monday, 02 June 2025 at 12:00PM CST.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/6f185834ca9846289adffad6b6cded84/view)
- Place of Performance
- Address: JBSA Lackland, TX 78236, USA
- Zip Code: 78236
- Country: USA
- Zip Code: 78236
- Record
- SN07457327-F 20250530/250528230050 (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 |