Notice of Intent to Sole Source - 820 RHS MIC-75 CSU
Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4861 99 CONS LGCNELLIS AFB, NV, 89191-7063, USA

NAICS

Construction Machinery Manufacturing (333120)

PSC

PREFABRICATED AND PORTABLE BUILDINGS (5410)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, intends to award a sole source purchase order for one MIC-75 Construction Support Unit (CSU) at Nellis Air Force Base in Nevada. This procurement is justified under FAR 13.501(a) due to the unique capabilities required for the supplies, which can only be met by a single source. The MIC-75 CSU is essential for specialized construction operations, and the government is seeking capability statements from interested parties to assess their ability to fulfill this requirement. Interested vendors must submit their capability statements by August 12, 2025, at 10:00 AM Pacific Time, via email to Dillon Sumida and Agatha Keith Morrison, ensuring that all attachments do not exceed 10 MB.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Sole Source (Including Brand Name) Justification procedures under Simplified Acquisition for certain commercial items within the federal government framework. It provides guidelines for entities to justify the need for sole-source procurement, emphasizing the conditions that must be met to bypass typical competitive bidding processes. These conditions include scenarios where only one supplier can provide the required items due to unique capabilities, patents, or specific brand requirements essential to fulfill government contracts efficiently. The focus is on enabling faster procurement while ensuring compliance with regulations, thus facilitating timely government operations. This justification process is critical in the context of federal RFPs, grants, and state/local procurement, aimed at balancing efficiency and accountability in the acquisition process.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Air Force Operational Commercial Solutions Opening
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is conducting a Commercial Solutions Opening (CSO) to acquire innovative commercial items, technologies, and services aimed at addressing various Air Force requirements and capability gaps. This initiative, authorized under Class Deviation 2022-O0007, seeks solutions priced under $100 million that can enhance mission capabilities, streamline operations, or provide technological advancements. Proposals must be submitted via email by September 30, 2026, and will be evaluated based on technical merit, importance to agency programs, and funding availability, with a focus on small businesses as this opportunity is a Total Small Business Set-Aside. Interested parties can reach out to the 87 CONS CSO Team at 87CONS.CSO.Team@us.af.mil for further information.
    Cellular Enhancement System Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure Cellular Enhancement System Services through a sole source justification. This procurement is aimed at maintaining, repairing, and rebuilding medical, dental, and veterinary equipment and supplies, which are critical for operational readiness and support at Travis Air Force Base in California. The justification for this sole source procurement indicates that the services are essential and available only from a specific provider, underscoring the importance of these services to the Air Force's mission. Interested parties can reach out to Ronald W. Aquino at ronaldwendell.aquino@us.af.mil or by phone at 707-424-7752, or contact Vitaliy Kim at vitaliy.kim.1@us.af.mil or 707-424-7740 for further information.
    Notice of Intent to award a Sole Source Purchase Order for two (2) Microaire PAL-650 Handpieces at Travis AFB, CA.
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, intends to award a sole source purchase order for two Microaire PAL-650 Handpieces at Travis Air Force Base, California. The 60th Medical Group requires these handpieces to complement their existing Microaire Power Assisted Liposuction equipment, as Microaire is the only manufacturer capable of supplying compatible handpieces for this specific system. This procurement is critical for maintaining the operational capabilities of the medical group, ensuring they can continue to provide necessary surgical services. For further inquiries, interested parties may contact Paula Rodriguez at paula.rodriguez.1@us.af.mil or by phone at 707-424-7773, or Roberto Escobedo at roberto.escobedo.1@us.af.mil or 707-424-7720.
    Synopsis of Contract Action- FY26 MPulse Software Renewal
    Buyer not available
    The Department of Defense, specifically the United States Air Force Test Center (AFTC/PZZG), intends to award a sole-source contract to Mpulse Software Inc. for the annual renewal of the MPulse Maintenance and Support Program (MSP) subscription. This procurement encompasses a base year and four one-year options, extending from December 2025 to December 2030, to support the management of over 500 equipment assets at the Banfield Anechoic Facility. The contract is justified under FAR 13.106-1(b)(1)(i) due to Mpulse Software Inc. being the only authorized vendor capable of providing the necessary cloud hosting, technical support, and software updates. Interested vendors who believe they can meet the requirements are encouraged to submit a technical package, and all inquiries should be directed to Ms. Paola D. Diaz or Ms. Anne C. Beach via email. Contractors must be registered in the System for Award Management (SAM) to participate.
    C-130J LONGERON ASSEMBLY, FUSELAGE
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting quotes for the procurement of a Longerons Assembly, Fuselage, Part Number 342986-6L, with a quantity of one unit required. This procurement is critical due to its urgency related to flight and safety deficiencies, necessitating delivery to Hill Air Force Base, Utah, by January 30, 2026. The opportunity is set aside for small businesses under the NAICS code 336412, and interested vendors must submit their quotes by December 29, 2025, while also adhering to specific instructions for accessing technical drawings and compliance with military packaging standards. For further inquiries, potential bidders can contact Brad Wood at bradley.wood.11@us.af.mil or Arthur Gumushyan at arthur.gumushyan@us.af.mil.
    Air Force Installation and Mission Support Center (AFIMSC) STREAMLINING PROCUREMENT FOR EFFECTIVE EXECUTION & DELIVERY (SPEED) Commercial Solutions Opening (CSO)
    Buyer not available
    The Department of Defense, through the Air Force Installation and Mission Support Center (AFIMSC), is seeking innovative commercial solutions under the Streamlining Procurement for Effective Execution and Delivery (SPEED) Commercial Solutions Opening (CSO). The primary objective is to acquire advanced technologies and services that enhance project outcomes, particularly in optimizing construction costs and schedules while integrating data-driven insights for improved project performance. This initiative emphasizes collaboration with a diverse range of entities, including non-traditional defense contractors, to address critical challenges faced by the Air Force. Interested parties should note that submissions for the first spiral of proposals are due by November 1, 2025, and can contact Brock Moon at brock.moon@us.af.mil or Nicholas Kimmey at nicholas.kimmey@us.af.mil for further information.
    FMS REPAIR OF COMPUTER, FLIGHT CONTROL
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, intends to award a sole source contract for the repair of a flight control computer specifically for H-1 aircraft. The procurement involves the repair of one unit of the flight control computer (NIIN: 015825365, Part Number: 449-005-100-105), with PUI being the Original Equipment Manufacturer and the only known source for this service, as the Government lacks the necessary data for competitive procurement. This contract is crucial for maintaining the operational capabilities of the H-1 aircraft, and the solicitation is expected to follow FAR Part 15, with an anticipated award date in March 2026. Interested parties may submit capability statements within 45 days of the presolicitation notice, and inquiries can be directed to Shannon Menickella at shannon.r.menickella.civ@us.navy.mil.
    UAS Drone Blue Cleared or Select lists compliant BPA
    Buyer not available
    The Department of Defense, specifically the Mission and Installation Contracting Command (MICC) at Fort Drum, New York, is seeking small businesses to participate in a Blanket Purchase Agreement (BPA) for Small Unmanned Aircraft Systems (sUAS) and associated repair parts. Interested vendors must be authorized distributors of drones listed on the Blue UAS Cleared or Select lists, which are compliant with current laws and validated as cyber-secure for Department of Defense operations. This procurement is crucial for meeting the evolving mission needs of DoD users and is set aside exclusively for small businesses, with no current funding available for proposal preparation. Interested parties should submit their responses electronically, including required documentation, to the designated contacts by referencing “FY25-30 Small Unmanned Aircraft System (sUAS) Blanket Purchase Agreement (BPA)” in the subject line.
    Facility Maintenance Contract IDIQ Sources Sought
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking industry capabilities for a Facility Maintenance Contract (FMC) Indefinite Delivery Indefinite Quantity (IDIQ) Support contract for the 55th Wing at Offutt Air Force Base, Nebraska. This procurement aims to gather information on comprehensive facility maintenance, repair, inspection, and operation services, which are critical for ensuring the continuous, safe, and efficient operation of infrastructure and systems at the base. The contract will encompass a wide range of services, including preventative and corrective maintenance, emergency repairs, and compliance with regulatory standards, with individual Task Orders issued to address specific needs. Interested parties should contact Casey Hupton at casey.hupton.1@us.af.mil or Nichole Barragan at nichole.barragan.2@us.af.mil for further information, as the government is evaluating responses to inform its acquisition strategy.
    Notice of Intent to Award a Sole Source Contract - Kirtland AFB C4 (Command, Control, Communications, and Computer) Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, intends to award a sole source contract for Command, Control, Communications, and Computer (C4) Services in support of Kirtland Air Force Base in New Mexico. This procurement aims to fulfill the requirements outlined in task order FA9401-23-F-0007, as detailed in the attached Sole Source justification document. The C4 services are critical for ensuring effective communication and operational command within military operations. Interested parties can reach out to Andrew Pascoe at andrew.pascoe@us.af.mil or Heather Shepard at heather.shepard.5@us.af.mil for further inquiries regarding this opportunity.