NOTICE OF INTENT TO SOLE SOURCE
ID: M216405679332Type: Special Notice
Overview

Buyer

DEPT OF DEFENSE

NAICS

Commercial and Service Industry Machinery Manufacturing (333310)

PSC

MISCELLANEOUS OFFICE MACHINES (7490)
Timeline
    Description

    The Department of Defense, specifically the Marine Corps Field Contracting System at Camp Lejeune, North Carolina, intends to award a sole source contract to Data Security, Inc. for the procurement of a Solid State Media Disintegrator (SSMD), Part Number: 971-0001. This specialized equipment is essential for the secure destruction of classified materials and solid state devices used by the 8th Communication Battalion, ensuring compliance with updated federal standards for the disposal of Classified Material Information (CMI). The decision to limit the procurement to a single source is justified by Data Security, Inc.'s exclusive licensing agreements and the unique capabilities of their device, which meets all necessary specifications per NSA guidance. Interested firms may submit their qualifications by 12:00 PM EDST on February 17, 2025, with inquiries directed to Eris H. Cassano at eris.cassano@usmc.mil or by phone at 910-451-1286.

    Point(s) of Contact
    Files
    Title
    Posted
    This memorandum outlines the determination to procure specialized equipment for the 8th Communication Battalion, enabling secure destruction of Classified Material Information (CMI) and Solid State Devices (SSD) in compliance with updated standards. Under FAR Part 13, the contracting officer can solicit from a single source if justified, which in this case is necessitated by Data Security, Inc. being the sole manufacturer and distributor of the required equipment. The selected device is confirmed to meet all necessary specifications per NSA guidance and offers a reasonable cost relative to other options on the Evaluated Products List (EPL). The absence of competitive solicitation stems from exclusive licensing agreements, proprietary rights, and the unique capability of the device to fulfill the mission-critical requirement of ensuring secure destruction of classified materials in a timely manner. This acquisition reflects both urgency and the need for compliance with federal standards, thereby endorsing the decision to limit the procurement to a single source.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    MEMKOR Solid State Drives
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking quotations for the procurement of fifty (50) MEMKOR Solid State Drives, specifically Part : MKD25PA064CO-W10. This procurement is designated as a sole source requirement to MEMKOR Inc., and the selected contractor will deliver the drives to Newport, RI, with all applicable shipping charges included in the quote. Interested vendors must submit their quotes, including pricing and delivery terms, by 2:00 PM Eastern Time on March 19, 2025, to Franklin Patton at franklin.k.patton2.civ@us.navy.mil, ensuring compliance with all relevant FAR and DFARS clauses.
    INBODY 770
    Buyer not available
    The Department of Defense, specifically the Marine Corps Installations East Regional Contracting Office, intends to procure an InBody 770 Body Composition Analyzer on a sole source basis from BioSpace, Inc. This procurement is necessary for measuring body fat percentage in support of the Marine Corps' Body Composition and Military Appearance Program, with BioSpace, Inc. being the sole authorized distributor due to an exclusive licensing agreement with the Original Equipment Manufacturer (OEM). The InBody 770 has been approved for use by the Marine Corps, ensuring compliance with security protocols, and is critical for standardization in military applications. Interested firms that believe they can meet the requirement must submit a capability statement to the Contracting Officer, Santana Rosario, by March 21, 2025, at 4:30 PM EST, as this notice is not a request for competitive quotes and no solicitation will be issued.
    SOLE SOURCE – SYNOPSIS OF PROPOSED CONTRACT ACTION – PRODUCTION, REPAIRS, INCIDENTAL SUPPORT SERVICES
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is announcing a sole source presolicitation for a contract focused on the production, repairs, and incidental support services related to Secturion Basic services for fiscal year 2025. This procurement aims to secure spares, repairs, and engineering services under the I3B2 DARE initiative, which is critical for maintaining operational readiness and support for existing military systems. The initiative underscores the government's commitment to enhancing military efficiency through strategic investments in maintenance and engineering capabilities. Interested parties can reach out to Ross Adams at ross.m.adams2.civ@us.navy.mil for further information regarding this opportunity.
    SECURE ON-SITE DOCUMENT SHREDDING SERVICES, RECEPTACLES, AND RECYCLING
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking proposals for secure on-site document shredding services, including receptacles and recycling, at its Philadelphia facility. The procurement aims to ensure the secure destruction of Controlled Unclassified Information (CUI) and Personally Identifiable Information (PII) over a contract period from May 2025 to May 2030, requiring the provision of 178 lockable receptacles and monthly shredding services. This initiative is critical for maintaining confidentiality and compliance with federal security regulations, emphasizing eco-friendly recycling processes and adherence to NIST standards. Interested small businesses must submit their proposals by April 8, 2025, and can direct inquiries to Jonathan Gallagher at jonathan.gallagher@dla.mil or 215-737-7120.
    D--DELL SOLID STATE DISK ACCESSORIES AND SUPPORT
    Buyer not available
    Presolicitation notice from the Department of Defense, Department of the Navy, and NAVSUP FLT LOG CTR PUGET SOUND is seeking to procure DELL solid state disk accessories and support. This acquisition will be negotiated on a sole source basis with DELL INC. The procurement is for IT and telecom - information technology and telecommunications services. Interested parties may submit proposals prior to the offer due date. The anticipated delivery date is 17 March 2017. The solicitation will be posted on the NECO website on or about 14 January 2017, with quotes due on or about 17 January 2017. Electronic submission of quotes via NECO is not available at this time.
    CUI Shredders
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the procurement of 35 Controlled Unclassified Information (CUI) shredders through a Request for Quote (RFQ) process. The shredders must meet stringent specifications, including NSA/CSS 02-01 approval for P-7 shredding, a feed width of at least 10.25 inches, and a shred size of at least 1mm x 5mm, ensuring compliance with high-security standards for document destruction. This procurement is crucial for maintaining information security at the Westover Air Reserve Base in Chicopee, Massachusetts, and is designated as a total small business set-aside under NAICS Code 339940. Interested vendors must submit their quotes, including detailed pricing and specifications, by the deadline, and ensure that their proposals remain valid for 90 days. For further inquiries, vendors can contact Rosalie M. Connelly at rosalie.connelly.1@us.af.mil or Kyle Kalagher at KYLE.KALAGHER.1@US.AF.MIL.
    PERSONNEL BODY SCANNER SYSTEM
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center San Diego, intends to award a sole-source contract to LINEV Systems for the procurement and installation of an advanced personnel body scanner system at the Naval Consolidated Brig Miramar (NCBM) in San Diego, California. This initiative aims to enhance the security posture of the facility by effectively detecting potentially dangerous items carried by individuals, thereby improving overall safety and security measures. The contract is justified under FAR 13.106(1), indicating that only one responsible source can meet the agency's requirements, and the anticipated award date is on or before March 31, 2025. Interested vendors must submit a capability statement by 3:10 PM PST on March 18, 2025, via email to Idele Queen at queen.e.idele.civ@us.navy.mil, detailing their qualifications and authorization as distributors of the product.
    NAWCAD WOLF - INTENT TO SOLE SOURCE Graphics-only PMC, SM750 w/ 16MB DDR, RT, Rear I/O, Single Font VGA, RG-101 RGBHV rear I/O, RT
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), intends to procure graphics-only PMC units from Rastergraf Inc. under a sole-source contract. The specific requirement includes the Graphics-only PMC, SM750 with 16MB DDR, and various rear I/O configurations, which are essential for electronic assembly manufacturing. This procurement is part of the government's efforts to acquire specialized technical equipment while ensuring compliance with federal acquisition regulations. Interested vendors must submit their quotes by 5:00 PM Eastern Standard Time on October 11, 2024, and should contact Maria A. Sproul at maria.a.sproul.civ@us.navy.mil for further details.
    Notice of Intent to Award a Sole Source Contract for Sustainment Services for AN/USQ-167(V) Common Data Link System (CDLS)
    Buyer not available
    The Department of Defense, specifically the Naval Information Warfare Systems Command (NAVWARSYSCOM), intends to award a sole source contract for sustainment services related to the AN/USQ-167(V) Common Data Link System (CDLS). This procurement aims to secure a ten-year Indefinite-Delivery Indefinite Quantity (IDIQ) contract for specialized engineering services, including depot-level maintenance and repair, to ensure the operational longevity of the CDLS, which is critical for transmitting signal and imagery intelligence data between reconnaissance aircraft and surface ship processing systems. The estimated value of this contract is $14.8 million, with a five-year base ordering period and an additional five-year option period. Interested parties may direct questions to Contract Specialist Jennifer V De Vera at jennifer.v.devera.civ@us.navy.mil by March 26, 2025, at 12:00 p.m. PDT.
    Notice of Intent to Sole Source
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), intends to award a sole source contract to Stryker Sales LLC for services at the Naval Medical Center San Diego. This contract, which will be a firm fixed price award, is aimed at fulfilling specific medical equipment needs, as Stryker Sales LLC is identified as the only vendor capable of providing the required services. The contract period is set from March 15, 2025, to March 14, 2026, and interested parties must submit a capability statement by email to Jane Pamintuan at jane.v.pamintuan.civ@health.mil, with a deadline specified in the notice. No competitive proposals will be accepted, and the government reserves the right to determine whether to proceed with a competitive procurement based on the responses received.