Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 05, 2025 SAM #8592
SPECIAL NOTICE

99 -- Key Cabinet Maintenance

Notice Date
6/3/2025 10:30:44 AM
 
Notice Type
Special Notice
 
NAICS
811210 —
 
Contracting Office
BUREAU OF ENGRAVING AND PRINTING
 
ZIP Code
00000
 
Solicitation Number
2031ZA25N00176
 
Response Due
6/8/2025 1:00:00 PM
 
Archive Date
06/23/2025
 
Point of Contact
Ashley Johns, JerKendra Holloway
 
E-Mail Address
ashley.johns@bep.gov, jerkendra.holloway@bep.gov
(ashley.johns@bep.gov, jerkendra.holloway@bep.gov)
 
Description
DEPARTMENT OF THE TREASURY BUREAU OF ENGRAVING AND PRINTING (BEP) MEMORANDUM FOR ALL CONTRACTORS SUBJECT: Notice of Intent to Sole Source 1. The Bureau of Engraving and Printing (BEP) intends to solicit and award a sole source contract to Marcon International DBA KEYper Systems, 5679 Harrisburg IND PK DR, Harrisburg, NC 28075-7412 for KEYper Cabinet Maintenance and Support services. This sole source requirement meets the conditions of FAR 13.106-1(b)(2); only one responsible source has been identified as reasonably available to provide the supplies that will satisfy the agency requirements. KEYper Systems is the sole manufacturer and supplier of KEYper Cabinets. There are no authorized resellers of certified parts for this system or authorized technicians to provide certified maintenance. 2. Information received as a result of this notice will be considered solely for the purpose of determining whether to conduct a competitive procurement. This synopsis is for notification purposes only and does not constitute a solicitation for bids, quotes, or proposals. The North American Industry Classification System (NAICS) Code is 811210 and the Small Business size standard is $34M. This will be a firm fixed price contract. The purchase of this requirement includes the following: CLIN 0001- Support Plan for sixteen (16) KEYper cabinets and one (1) KEYper server. CLIN 0002- Travel & Emergency Corrective Services. Period of Performance: one (1) 12-month base year and four (4) 12-month option periods. 3. Interested parties are required to provide equal parts meeting the above requirements. Interested firms must indicate whether they are a large, small, small-disadvantaged, 8(a) or woman owned business, veteran owned. Also indicate whether the vendor is U.S. or foreign owned (in compliance with the Buy American Act). Respondents who submit proprietary data shall clearly mark the data with appropriate markings. The Government does not intend to pay for any information provided under this notice. A determination by the Government not to compete this proposed contract based on this notice is solely within the discretion of the Government. This synopsis does not constitute a solicitation, however all responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. If no responses are received by 4:00 p.m. Eastern Standard Time, 05 June 2025, a Sole Source contract will be pursued with Marcon International. 4. For any questions in regard to this intent, please contact BOTH Ashley Johns at Ashley.johns@bep.gov AND jerkendra.holloway@bep.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b508a594320443af80b0d52d7249fea8/view)
 
Place of Performance
Address: DC 20250, USA
Zip Code: 20250
Country: USA
 
Record
SN07463206-F 20250605/250603230044 (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.