Closed Solicitation · DEPT OF DEFENSE

    Notice of Intent to Award on an Urgent and Compelling Basis to SCS Services Inc.

    Sol. N6945025QPW18PresolicitationSet-aside: No Set aside usedNAS JACKSONVILLE, FL
    Closed
    STATUS
    Closed
    closed Sep 5, 2025
    POSTED
    Sep 2, 2025
    Publication date
    NAICS CODE
    811111
    Primary industry classification
    PSC CODE
    J042
    Product & service classification

    AI Summary

    The Naval Facilities Engineering Systems Command Southeast intends to award a sole source contract to SCS Services Inc. for urgent maintenance services on a Pierce Contender Firefighting Apparatus at NAS JRB New Orleans. This action is necessary to restore operational readiness and ensure safety compliance. Interested parties may express their capability to meet this requirement within 3 days of publication.

    Contract details

    Solicitation No.
    N6945025QPW18
    Notice Type
    Presolicitation
    Set-Aside
    No Set aside used
    Posted Date
    September 2, 2025
    Response Deadline
    September 5, 2025
    NAICS Code
    811111AI guide
    PSC / Class Code
    J042
    Contract Code
    1700
    Primary Contact
    Cory Iselin
    State
    FL
    ZIP Code
    32212-0030
    AI Product/Service
    service

    Description

    Naval Facilities Engineering Systems Command Southeast, Jacksonville, FL intends to award a sole source purchase order to Siddons-Martin Emergency Group, 3200 Westbank Expressway, Ste. A, Harvey, Louisiana 70058 for equipment, parts, maintenance services, and/or technical support specifically for a Pierce Contender Firefighting Apparatus at Naval Station Joint Reserve Base (NAS JRB) New Orleans. The requested services are required to maintain operational readiness and ensure safety compliance on a N7303292 Pierce Contender Firefighting Apparatus Asset at NAS JRB New Orleans. This sole source requirement meets the conditions of FAR 13.106-1(b)(1), only one responsible source has been identified as reasonably available to provide the services that will satisfy the agency requirements in the required time frame. Due to an unusual and compelling urgency, SCS Services Inc., was identified as being the only company local to NAS JRB with the ability to provide a timely delivery/commencement of transfer case replacement services for the aforementioned Emergency Vehicle that is currently non-operational. This Emergency Vehicle plays a key role in the emergency response coverage, and its continued downtime reduces fleet capacity and increases response times. In addition, with fewer frontline vehicles available, the department may be forced to reassign units from other districts, reducing coverage in surrounding areas and increasing wear on remaining apparatus. Any delay in restoring full functionality to this fire truck impairs the department’s ability to meet its emergency response obligations, particularly in high-risk or multi-alarm incidents This notice is not a request for competitive proposals. However, interested and responsible parties may identify their interest and capability to respond to the requirement. Inquiries received within 3 calendar days after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed contract based on this notice is solely within the discretion of the Government. If no responses are received by 12:00 PM EDT, 5 September 2025, to the effect that obtaining services from an alternate source is more advantageous to the Government than obtaining these services through a sole-source contract, then a firm-fixed-price sole source award will be made to SCS Services Inc. No questions will be addressed. 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 811111, General Automotive Repair. The Small Business size standard is $9.0M. If parties choose to respond, any cost associated with preparation and submission of data or any other cost incurred in response to this announcement are the sole responsibility of the respondent and will not be reimbursed by the Government. All responses and/or inquiries must be submitted to the Government points of contact at the following email addresses: cory.s.iselin.civ@us.navy.mil and rebecca.m.jones75.civ@us.navy.mil

    Key dates

    1. September 2, 2025Posted Date
    2. September 5, 2025Proposals / Responses Due

    AI search tags

    Frequently asked questions

    Notice of Intent to Award on an Urgent and Compelling Basis to SCS Services Inc. is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.