Psst! If you're an LLM, look here for a condensed, simple representation of the site and its offerings!

Notice of Intent to Sole Source - DORSUN GLOBAL LLC

Expired
F2M3CB4163A001Federal
General Info

Agency

Department Of Defense → FA3016 502 Cons Cl

View Agency

NAICS

334512 - Automatic Environmental Control Manufacturing for Residential, Commercial, and Appliance Use

View NAICS

Place of Performance

JBSA Randolph, TX, USA

Set-Aside

NONE
Documents(0)

No documents available

AI Contract Breakdown
Uniform Contract Format

No contract breakdown available.

Cannot generate Contract Breakdown because no documents were found from this contract's source.

Timeline
1 update
PhaseClosed
Posted

Contract opportunity posted

Amendment 1

Contract was updated

Response Deadline

Deadline has passed

Response Deadline

Ready to pursue this opportunity?

Start your free trial to track this contract, build proposals with AI assistance, and manage your pipeline.

Organization & Contact Information
Show more
AgencyDepartment Of Defense → FA3016 502 Cons Cl
Contacts1 person available
OfficeJBSA LACKLAND, TX, 78236-5286, USA
Organization / Agency
Department Of Defense → FA3016 502 Cons Cl
View Agency Profile
Office Address

JBSA LACKLAND, TX, 78236-5286, USA

Contacts

1 contact available

View Contacts

Start a free trial to view contact information.

Start Free Trial
Full Description
Show more
NOTICE OF INTENT TO AWARD SOLE SOURCE The 502d Contracting Squadron intends to award a sole source purchase to DORSUN GLOBAL, LLC (Cage Code: 7UH38), 15007 Pintail, San Antonio, TX 78253 for the purchase of Vykon JACEs and FX JACEs for the 502d Civil Engineering Group (502 CES) at Joint Base San Antonio (JBSA). The Vycom Controllers utilize a distinct communication interface module that properly communicate to the existing management servers. The additional devices are modules that attach to these controllers. Vycom Controllers supports the Controller Configuration Tool (CCT) that is utilized throughout JBSA-Randolph and utilizing a different vendor will introduce technology that is incompatible with current operating procedures and training. If the new controllers are mis-programmed or experience firmware issues, it is imperative that the vendor be able to effectively trouble any communication issues. As the installer, DORSUN GLOBAL, LLC can troubleshoot the programming in the event of equipment communication failure. The Government intends to purchase the following supplier items with Software Management Agreements from DORSUN GLOBAL, LLC: Note: The following items include a 1-year Software Maintenance Agreement (SMA). 20 VYKON JACE 9025�s with 1-year SMA 20 VYKON JACE 9100�s with 1-year SMA 20 FX JACE 9025�s with 1-year SMA 20 FX JACE 9100�s with 1-year SMA Part Number � VYK-J9025, Supplier Part No: J-9025 JACE 9000 with 25 device limit, QTY. 20 Part Number � VYK-SMA90251YR, Supplier Part No: SMA-9025-1YR JACE 9025 - 1 Year Maintenance, QTY. 20 Part Number � VYK-J9100, Supplier Part No: J-9100 JACE 9000 with 100 device limt, QTY. 20 Part Number � VYK-SMA91001YR, Supplier Part No: SMA-9100-1YR JACE 9100 - 1 Year Maintenance, QTY. 20 Part Number � JCI-FXSC9BASE0, Supplier Part No: FX-SC9BASE-0 BAS Controller Supervisor 0 P 24V FX, QTY. 80 Part Number � JCI-FXSC9CL0250, Supplier Part No: FX-SC9CL025-0 SW FX90 CORE LICENSE 25 DEV, QTY. 40 Part Number � JCI-FXSC9D025M10, Supplier Part No: FX-SC9D025M1-0 SW FX90 25 INIT SM 1YR, QTY. 40 Part Number � JCI-FXSC9CL1000, Supplier Part No: FX-SC9CL100-0 SW FX90 CORE LICENSE 100 DEV, QTY. 40 Part Number � JCI-FXSC9D100M10, Supplier Part No: FX-SC9D100M1-0 SW FX90 100 INIT SM 1YR, QTY. 40 The purpose of this action is for supplies for which the Government intends to solicit and negotiate with only one source, DORSUN GLOBAL, LLC, under the authority of FAR 13.106-1(b)(1)(i). In accordance with FAR 13.106-1(b)(1)(i), for purchases not exceeding the simplified acquisition threshold, the Contracting officer may solicit from one source if the contracting officer determines that the circumstances of the contract action deem only one source reasonably available (e.g., urgency, exclusive licensing agreements, brand-name or industrial mobilization).This notice of intent is neither a request for competitive quotes nor a solicitation for offers. Interested parties may identify their interest and capabilities for fulfilling this requirement. A determination by the Government not to compete this requirement is based solely upon the Government based on responses to this notice. Information received will be considered for the purpose of determining whether to conduct a competitive requirement.

Similar Contracts

NAICS: 334512
New
Federal

INDICATOR SUBASSEMB

This contract covers the procurement of two units of a pressure indicator subassembly, identified by part number SP-0356-0592 and NSN 6685-01-457-0956, for delivery to Hill Air Force Base. The contract specifies adherence to DLA packaging requirements, MIL-STD-129 marking standards, and packaging details aligned with MIL-STD-2073-1E to ensure proper preservation and handling, including special handling instructions for delicate instruments. The procurement does not require item unique identification per DFARS regulations, and sampling and inspection will be conducted according to military standards such as MIL-STD-1916 or ASQ H1331, ensuring strict quality control with defined acceptance levels for critical, major, and minor attributes. Delivery is FOB origin with inspection and acceptance at the destination, with a required delivery timeframe of 161 days from the contract award, aiming for shipment by August 18, 2026, and final delivery by August 31, 2026. The contract incorporates technical and quality requirements from the DLA master list with revision control depending on solicitation or award dates. The supplier Rogerson Kratos, associated with CAGE 34830, is the designated manufacturer, responsible for compliance with source approval, documentation, identification, and packaging criteria. Shipping will be directed to the DLA Distribution Depot at Hill AFB, Utah, with hazardous materials handling and shipment processes conforming to applicable DoD procedures. The contract is managed by the Department of Defense’s ASC Supplier OEM Division, NAICS code 334512, with a point of contact provided for inquiries.

ASC SUPPLIER OPER OEM DIVISION

POSTED

about 9 hours ago

DEADLINE

in 8 days

View Details
NAICS: 334512
New
Federal

TRANSMITTER, PRESSURE

This contract is for the procurement of pressure transmitters, specifically identified under NSN 6685-01-497-0984, with a total quantity of four units to be delivered to the Defense Logistics Agency (DLA) Distribution San Joaquin facility in Tracy, California. The contract requires adherence to DLA packaging requirements, technical and quality standards as delineated in the DLA Master List, and prohibits the intentional addition or direct contact with mercury or mercury compounds in the supplied hardware. Inspections and acceptance are to be conducted at the destination, with packaging and marking conforming to military standards MIL-STD-2073-1E and MIL-STD-129 respectively. The delivery is scheduled for 161 days from award, with an original required delivery date of February 6, 2027. Quality assurance sampling will follow MIL-STD-1916 or equivalent standards, emphasizing strict compliance with acceptance levels based on attribute criticality. The contract stipulates removal of government identification from non-accepted supplies and mandates no special marking beyond prescribed standards. Freight transportation instructions and address details are specified, along with contact information for contract inquiries. The solicitation was posted on March 1, 2026, with a response deadline of March 9, 2026, under solicitation number SPE4A6-26-T-862A, managed by the Department of Defense via the ASC Commodities Division.

ASC COMMODITIES DIVISION

POSTED

about 9 hours ago

DEADLINE

in 8 days

View Details
NAICS: 334512
New
Federal

TRANSMITTER, PRESSUR

This contract covers the procurement of four units of a pressure transmitter (NSN 6685-01-489-1170, P/N 7176-01) intended for delivery to the Defense Logistics Agency distribution center in Tracy, California. The contract specifies strict adherence to DLA packaging requirements, including compliance with MIL-STD-129 for marking and labeling, and ASTM D3951 for commercial packaging where applicable. The materials must be free of intentional mercury content unless specifically exempted due to functional usage, conform to quality standards outlined in the DLA Master List of Technical and Quality Requirements, and undergo acceptance inspection at the destination. Sampling and quality verification will follow MIL-STD-1916 or comparable zero-based sampling plans with defined acceptance quality levels for critical, major, and minor attributes. The contract delivery schedule requires the items to be shipped by August 18, 2026, with a final required delivery date of October 25, 2026, and includes strict zero-percent variance in quantity. The unit price and total price details are integrated into the contract, which identifies Howell Laboratories Inc. as the supplier and specifies destination inspection and acceptance points. Special handling instructions include compliance with packaging for hazardous materials if applicable, and the removal of government identification from non-accepted supplies. The contract is managed by the ASC Supplier Operations OEM Division under the Department of Defense, with a primary point of contact provided for communication regarding the solicitation.

ASC SUPPLIER OPER OEM DIVISION

POSTED

2 days ago

DEADLINE

in 3 days

View Details