VIRTUAL ACQUISITION OFFICE (VAO) Subscription Intent to sole source
ID: HTC71125QD016Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEUS TRANSPORTATION COMMAND (USTRANSCOM)USTRANSCOM-AQSCOTT AFB, IL, 62225-5357, USA

NAICS

Web Search Portals and All Other Information Services (519290)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE (DA10)
Timeline
  1. 1
    Posted Jan 15, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 16, 2025, 12:00 AM UTC
  3. 3
    Due Jan 23, 2025, 4:00 PM UTC
Description

The United States Transportation Command (USTRANSCOM) intends to award a sole-source contract for a commercial web-based acquisition subscription service to Unison Virtual Acquisition Office, LLC. This service will provide 25 USTRANSCOM personnel with continuous access to federal contracting news, resources, and updates, which is vital for enhancing their acquisition policies and practices. The contract will be structured as a Firm-Fixed Price task order under the FedLINK Contract, with an initial base period of one year and four optional years, plus a potential six-month extension, justified by market research indicating Unison as the only vendor meeting USTRANSCOM's specific needs. Interested parties can reach out to Terina Folsom at terina.a.folsom.civ@mail.mil or Katy Hall at katy.l.hall2.civ@mail.mil for further information.

Point(s) of Contact
Files
Title
Posted
Jan 16, 2025, 1:05 PM UTC
The United States Transportation Command (USTRANSCOM) seeks approval for a sole-source contract to procure a commercial web-based acquisition subscription service from Unison Virtual Acquisition Office, LLC. This service will provide 25 USTRANSCOM personnel with around-the-clock access to federal contracting news, resources, and updates, enhancing their ability to execute acquisition policies and practices effectively. The proposed contract will be awarded as a Firm-Fixed Price (FFP) task order under the FedLINK Contract, with a base period of one year and four optional years, plus a potential six-month extension. The justification for using a brand-name service is based on market research conducted in December 2024, indicating that Unison is the only vendor that meets the agency's specific requirements. The contracting officer believes that a fair and reasonable price can be achieved through this agreement, emphasizing the essential nature of the services provided for USTRANSCOM's operational needs. This document outlines the rationale for the brand-name exception in accordance with FAR 16.505, highlighting that no comparable alternatives exist in the market.
Lifecycle
Title
Type
Presolicitation
Similar Opportunities
Voluntary Intermodal Sealift Agreement (VISA) - 2024 Renewal
Buyer not available
Opportunity Overview: The primary purpose of this federal contract is to secure contingency sealift services for the Department of Defense (DOD) under the Voluntary Intermodal Sealift Agreement (VISA). The focus is on ensuring the availability of commercial shipping capacity for emergency deployments worldwide. VISA aims to establish partnerships with maritime companies to provide the DOD with efficient and flexible shipping solutions. The agreement offers incentives for companies to commit vessel capacity to the program, including priority for peacetime cargo contracts. Scope of Work: The key tasks for the awardee include: Committing a specified percentage of their maritime capacity to different stages of contingency operations, as outlined in the VISA Terms and Conditions. Providing detailed information about their vessels, including technical specifications, capabilities, and pricing, as detailed in the Carrier Vessel Information Sheet. Adhering to the agreed-upon capacity commitments, ensuring vessel availability, and maintaining the ability to fulfill DOD requirements within specified timeframes. Delivering, loading, and redelivering vessels as required, with potential charter periods of up to five years. Complying with international regulations, American Petroleum Institute (API) standards, and safety protocols for loading/discharging processes. Eligibility Criteria: Eligibility for this opportunity appears to be focused on maritime companies or operators possessing the following: A fleet of vessels capable of prompt deployment for contingency operations. Capacity and infrastructure to meet the required services, including a diverse range of vessel types. Experience and expertise in maritime transportation, preferably with a track record of working with the DOD or on similar contingency operations. Funding and Contract Details: The contract is expected to be firm-fixed-price, with an estimated value of between $500,000 and $36 million over the potential ten-year period of performance. The base period spans five years, from October 2024 to September 2029, with an optional five-year extension. The government has indicated a submission deadline of August 27, 2024. Submission Process: For current VISA participants, the process involves confirming their desire to remain in the program and submitting updated vessel commitment information. New participants must enroll online through the Maritime Administration (MARAD) website. All participants must provide the required vessel information and undergo a review/signature process with MARAD and USTRANSCOM. Evaluation Criteria: The government will evaluate submissions based on several factors: Alignment with VISA requirements, including capacity commitment levels and vessel suitability. Past performance and experience, demonstrating a successful track record in maritime operations and contingency support. Cost reasonableness and price competitiveness. Technical merit, safety features, and crew qualifications. Contact Information: For further clarification, interested parties can contact the primary point of contact, Shanda L. Lyman, at shanda.l.lyman.civ@mail.mil or 618-817-9484. A secondary contact is Lynn Fitzgerald at lynn.c.fitzgerald2.civ@mail.mil or 618-817-9451.
S&RTS Mid-Atlantic Ports
Buyer not available
The United States Transportation Command (USTRANSCOM) is preparing to issue a Request for Proposal (RFP) for Stevedoring and Related Terminal Services (S&RTS) at Mid-Atlantic ports, specifically in Charleston (SC), Savannah (GA), Wilmington (NC), and Morehead City (NC). This procurement will involve a single fixed-rate Indefinite Delivery, Indefinite Quantity (IDIQ) contract, effective from September 1, 2025, to August 31, 2030, with a potential six-month extension, and will be awarded based on the Lowest Price Technically Acceptable (LPTA) method. The services are crucial for efficient cargo handling and transportation operations at these strategic ports, ensuring the timely movement of goods. Interested parties should note that the RFP is expected to be available on SAM.gov in early 2025, and they are encouraged to contact Lucy Wells or Nashae J. Perez for further information.
NOCAL S&RTS
Buyer not available
The U.S. Transportation Command (USTRANSCOM) is preparing to issue a Request for Proposal (RFP) for Stevedoring and Related Terminal Services (S&RTS) at Northern California ports, specifically at the Military Ocean Terminal (MOTCO) and the Port of Oakland. This procurement will involve a single fixed-rate Indefinite Delivery, Indefinite Quantity (IDIQ) contract with a performance period spanning five years, from August 7, 2025, to August 6, 2030, aimed at enhancing support for military operations through efficient port services. Proposals will be evaluated based on the Lowest Price Technically Acceptable (LPTA) criteria, and the RFP is expected to be posted on SAM.gov around March 28, 2025. Interested parties can reach out to Casey D. Schuette at casey.d.schuette.civ@mail.mil or Douglas Otten at douglas.d.otten.civ@mail.mil for further information.
UMTE - Transmitter
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, UT, is soliciting proposals for the procurement of six units of the AN/TPT-T1 transmitter, identified by National Stock Number (NSN) 5840-01-508-1032. Contractors are required to adhere to strict packaging, marking, and shipping standards as outlined in the Statement of Work (SOW), which emphasizes compliance with military and hazardous materials regulations. The goods are critical for military operations, necessitating high standards of quality and traceability to ensure operational readiness. Interested parties should direct inquiries to Travis Bodily at travis.bodily@us.af.mil, with proposals expected to meet specified timelines and quality standards as part of the procurement process.
S&RTS, Pacific Northwest (PNW)
Buyer not available
The Department of Defense, through the U.S. Transportation Command (USTRANSCOM), is soliciting proposals for Stevedoring and Related Terminal Services (S&RTS) in the Pacific Northwest, specifically at the ports of Tacoma, Everett, Olympia, Grays Harbor, Washington, and Portland, Oregon. The contract, valued at approximately $47 million, aims to facilitate the import and export of Defense Transportation System (DTS) sponsored and non-sponsored cargo, ensuring operations are conducted with a focus on safety, efficiency, and customer service. This procurement is critical for supporting military logistics and operations in the region, with a performance period from August 1, 2025, to July 31, 2030. Interested contractors must submit their proposals by May 5, 2025, and can reach out to Melissa Romagno at melissa.s.romagno.civ@mail.mil or Cassandra A. Range at cassandra.a.range.civ@mail.mil for further inquiries.
Fleet Program Toll Management Transponders Services
Buyer not available
The Department of Defense, through the Washington Headquarters Services, is seeking proposals for the Fleet Program Toll Management Transponders Services, specifically for the Pentagon Force Protection Agency's fleet of over 280 vehicles. The contract requires the provision of over 100 E-Z Pass transponders to facilitate efficient toll payments, allowing authorized personnel to bypass toll checkpoints without stopping for cash, thereby enhancing operational efficiency. This procurement is crucial for maintaining seamless travel for official duties within the National Capital Region and ensuring compliance with relevant regulations. Interested contractors should note that the estimated total value of the contract is approximately $18 million, with a base performance period of 12 months and four optional extension years. For further inquiries, potential bidders can contact Yolnie Merriweather at yolnie.t.merriweather.civ@mail.mil or 571-722-9823, or Barbara Middleton at barbara.a.middleton11.civ@mail.mil or 646-713-4403.
Annual software subscription for HardwareWall software
Buyer not available
The Department of Defense, specifically the Naval Air Warfare Center, is seeking to procure an annual software subscription for HardwareWall software to support the Triton Unmanned Aircraft System (UAS). This procurement aims to ensure operational updates, security compliance, and functional support for military operations, including maritime surveillance and intelligence gathering. The selected vendor will be responsible for providing firm fixed pricing for the software licenses, with delivery required by May 15, 2025. Interested parties must submit their quotes by April 18, 2025, at 10:00 am Eastern Standard Time, to the designated contacts, Roshaia Thomas and Roberta Nethercutt, via the provided email addresses.
Notice of Intent to Sole Source - PURDUE UNIVERSITY / GTAP CONSORTIUM
Buyer not available
The U.S. International Trade Commission (USITC) intends to award a sole source contract to Purdue University for expert consultation services related to the Global Trade Analysis Project (GTAP) Consortium. This procurement aims to secure specialized data and analytical services crucial for the Commission's economic analyses, particularly in foreign direct investment and energy data, leveraging the unique models and expertise provided by the GTAP Consortium. The contract will cover a base year from October 1, 2025, to September 30, 2026, with an option for an additional year, and is valued in compliance with the Simplified Acquisition Threshold. Interested parties may submit information to Alisha Hunt at Alisha.Hunt@usitc.gov within five days of this notice, as no solicitation will be issued for this requirement.
Intent to Sole Source: Implan Software Subscription
Buyer not available
The U.S. Department of Agriculture (USDA) intends to award a sole source contract to IMPLAN GROUP LLC for the acquisition of an updated Input-Output Modeling System (IOMS) and Impact Analysis for Planning (IMPLAN) software. This software is critical for providing comprehensive economic data and analysis, which supports the USDA's mission to enhance the sustainability and productivity of U.S. agriculture. IMPLAN has been established as the sole product capable of meeting these specific needs, having been developed over 50 years and utilized by multiple USDA agencies. Interested parties may submit evidence demonstrating that competition would be advantageous to the government, with responses due by 12:00 PM (EST) on April 28, 2025. For inquiries, contact Joel Miro-Marquez at joel.miro-marquez@usda.gov or Juan Rodriguez at Juan.Rodriguez9@usda.gov. The estimated acquisition cost for this contract is $135,061 for a one-year period of performance from May 2025 to May 2026.
Targeted Requirement EXecution (TREX) 3 Multiple Award Contract(s) (MAC) Follow-On Request for Proposals (RFP)
Buyer not available
The United States Special Operations Command (USSOCOM) is soliciting proposals for the Targeted Requirement Execution (TREX) 3 Multiple Award Contract (MAC), aimed at acquiring essential supplies and services through an Indefinite Delivery/Indefinite Quantity (IDIQ) contract. This procurement encompasses a maximum ceiling value of $2.39 billion over seven one-year ordering periods, with a commitment to fair competition and compliance with federal regulations, including security clearances for classified programs. Interested contractors must adhere to stringent proposal submission guidelines and evaluation criteria, ensuring transparency and accountability throughout the bidding process. For further inquiries, potential offerors can contact Eric N. Carlin at eric.carlin@socom.mil or Deanna R. Grimshaw at deanna.grimshaw@socom.mil, with proposal submissions due by the specified deadlines.