Search Contract Opportunities

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

ID: N6945025QPW18 • Type: Presolicitation • Match:  95%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Draft a response outline indicating that my company is also capable of performing this sole source work
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
Does this solicitation list any subcontracting requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

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

Overview

Response Deadline
Sept. 5, 2025, 12:00 p.m. EDT Past Due
Posted
Sept. 2, 2025, 10:28 a.m. EDT
Set Aside
None
Place of Performance
Hammond, LA 70401 United States
Source

Current SBA Size Standard
$9 Million
Pricing
Fixed Price
Est. Level of Competition
Sole Source
Est. Value Range
$32,000,000 (value based on agency estimated range)
Odds of Award
88%
Signs of Shaping
The solicitation is open for 3 days, below average for the NAVFAC Southeast. 68% of similar contracts within the Department of the Navy had a set-aside.
On 9/2/25 NAVFAC Southeast issued Presolicitation N6945025QPW18 for Notice of Intent to Award on an Urgent and Compelling Basis to SCS Services Inc. due 9/5/25. The opportunity was issued full & open with NAICS 811111 and PSC J042.
Primary Contact
Name
Cory Iselin   Profile
Phone
(904) 542-6668

Secondary Contact

Name
Rebecca Jones   Profile
Phone
(904) 502-4575

Documents

Posted documents for Presolicitation N6945025QPW18

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Incumbent or Similar Awards

Contracts Similar to Presolicitation N6945025QPW18

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation N6945025QPW18

Similar Active Opportunities

Open contract opportunities similar to Presolicitation N6945025QPW18

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVFAC > NAVFAC ATLANTIC CMD > NAVFAC SOUTHEAST > NAVFAC SOUTHEAST
FPDS Organization Code
1700-N69450
Source Organization Code
100504950
Last Updated
Sept. 2, 2025
Last Updated By
cory.iselin@navy.mil
Archive Date
Sept. 20, 2025