Intent to Sole Source - LA Board Meeting Consulting Services
ID: SS-USAB-24-029Type: Special Notice
Overview

Buyer

TREASURY, DEPARTMENT OF THEBUREAU OF THE FISCAL SERVICEARC DIV PROC SVCS - ACCESS BOARDPARKERSBURG, WV, 26101, USA

PSC

SUPPORT- PROFESSIONAL: PROGRAM EVALUATION/REVIEW/DEVELOPMENT (R410)
Timeline
  1. 1
    Posted Nov 16, 2023 9:12 PM
  2. 2
    Updated Nov 16, 2023 9:12 PM
  3. 3
    Due Nov 27, 2023 5:00 PM
Description

Special Notice: Treasury, Department of the - Intent to Sole Source LA Board Meeting Consulting Services

The Treasury, Department of the - Bureau of the Fiscal Service, through the ARC DIV PROC SVCS - ACCESS BOARD office, has issued a special notice for the intent to sole source LA Board Meeting Consulting Services. This procurement is for the services of a consultant specializing in enhancing the participation of people with disabilities in the entertainment industry workforce in Los Angeles, California.

The consultant will be responsible for convening specified groups and individuals in the disability, entertainment, and public sectors for various events and meetings to be held during the Access Board's three-day meeting in Los Angeles in April 2024. The focus of this meeting will be on addressing accessibility barriers in the entertainment industry, as well as the accessibility of major international sporting events and public transportation in Los Angeles.

To ensure the success of the Board's visit to Los Angeles, the contractor must have existing relationships with actors, writers, and producers with disabilities, as well as DEIA professionals at entertainment studios. Additionally, the contractor must be knowledgeable about accessibility requirements to ensure that the meetings are accessible to all attendees, including individuals who are blind, individuals who are deaf, and individuals who use mobility devices.

Interested vendors must submit written responses by 12:00pm EST on Monday, November 27, 2023, demonstrating their capability to meet the requirements outlined in the attached Performance Work Statement (PWS). If no written response is received that clearly demonstrates the vendor's ability to meet all of the salient features of the requirement, the award will proceed on a sole source basis to EIN SOF Communications Inc.

Please note that no solicitation is available for this opportunity, and telephone responses or inquiries will not be accepted. Interested vendors should provide their company information, contact details, business size, availability through a Government contract vehicle or Open Market, and a brief capabilities statement.

Responses should be submitted by email to purchasing@fiscal.treasury.gov with the subject line "SS-USAB-24-029 Attn: BKS/MR". The following file extensions are not allowable: .bat, .cmd, .com, .exe, .pif, .rar, .scr, .vbs, .hta, .cpl, and .zip files. Microsoft Office compatible documents are acceptable.

This notice does not restrict the Government to an ultimate acquisition approach, and all vendors responding to this notice are advised that their response is not a request that will be considered for contract award.

Point(s) of Contact
Files
Title
Posted
Lifecycle
Title
Type
Special Notice
Similar Opportunities
FY 24 SUPPORT SERVICES FOR EMPLOYEES WITH DISABILITIES
Active
Treasury, Department Of The
FY 24 SUPPORT SERVICES FOR EMPLOYEES WITH DISABILITIES The Treasury Department of the Internal Revenue Service is seeking support services for employees with disabilities. These services are typically used to provide assistance and accommodations to employees with disabilities in order to ensure equal access and opportunities in the workplace. The procurement is a combined synopsis/solicitation for commercial supplies and services, and it is a 100% Small Business Set-Aside. The place of performance is in Linthicum Heights, Maryland, United States. The solicitation is being issued as a Request for Quote (RF) and will be awarded as a Firm-Fixed Price, Single Award, Indefinite Delivery-Indefinite Quantity (IDIQ) contract. The NAICS code for this procurement is 541519, and the business size requirement is 150 employees. Offerors must have an active entity registration in the System for Award Management (SAM.gov). The deadline for proposal submission is 4:00 PM Eastern Standard Time (EST), Tuesday July 30th, 2024. For more information, contact Gregory Lombardozzi at Gregory.J.Lombardozzi@irs.gov.
Notice of Intent to Award Sole Source Contract
Active
Treasury, Department Of The
The Department of the Treasury's Internal Revenue Service (IRS) intends to award a sole-source contract for administrative support services related to personal property management. The notice, which applies NAICS code 519290 and PSC code R610, indicates the government's plan to procure services within the scope of web search portals and all other information services. The IRS has identified a single source for this contract, focusing on the unique capabilities and expertise required. The agency plans to award the contract without a competitive procurement process. The nature of the required work, as well as the specialized skills needed, make this a non-standard requirement. The contract's place of performance is Dallas, Texas, and the primary contact for inquiries is Hassan Villalba, reachable at hassan.a.villalba@irs.gov or 469-801-0778. The attached notice provides further details, outlining the specific intentions and justifications for the sole-source approach. Potential offerors should carefully review this information to understand the unique circumstances and requirements of this opportunity.
NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT
Active
Transportation, Department Of
The U.S. Department of Transportation (USDOT) intends to award a sole-source contract to Verité, Inc. for consulting services related to human trafficking, forced labor, and the transportation sector. The contract's purpose is to adapt and develop due diligence and risk management tools to help prevent and combat human trafficking in supply chains across the transportation sector. This includes project management, needs assessment, stakeholder convenings, reporting, and technical assistance. Verité, Inc. has proprietary knowledge of the existing Responsible Sourcing Tool (RST) and is the only vendor capable of fulfilling USDOT's specific needs, making a sole-source contract efficient and cost-effective. The contract will have a 12-month period of performance, with a potential six-month no-cost extension. To express interest, eligible vendors must submit a capability statement by the deadline provided in the notice. USDOT will then evaluate the responses and decide whether to proceed with the intended sole-source award or explore competitive options. For more information, contact Melinda Riddick or Gregory Cate from the USDOT.
Notice of Intent to Sole Source - Entrepreneurial Training Workshop
Active
Energy, Department Of
The Department of Energy's Advanced Research Projects Agency-Energy (ARPA-E) intends to award a sole-source contract to Activate Global, Inc. for organizing an entrepreneurial training workshop. ARPA-E seeks to bridge the business skills gap among its project participants, specifically those involved in geologic hydrogen, mining, and iron refining/processing projects. The two-day workshop, held during Climate Week in New York City, will impart essential business and commercialization skills to these participants. The agency requires an organization with expertise in "deep-tech" mentoring and entrepreneurial training, particularly in the aforementioned industries. Activate Global's unique fellowship program, focused on translating scientific research into commercial ventures, aligns closely with ARPA-E's objectives. Their experience, combined with their non-profit status and existing relationships with ARPA-E participants, makes them a suitable partner. The workshop aims to equip attendees with knowledge in value creation, technoeconomic analyses, and value chain identification. Additionally, participants will learn the intricacies of developing elevator pitches for industry partners and investor panels. The agency emphasizes the importance of this training in helping project participants establish successful businesses post-project. Any responsible organizations interested in submitting a capability statement must do so by the deadline of 2:00 p.m. local Washington D.C. time on October 1, 2024. The primary contact for this opportunity is Farwa Nawaz, whose email address is provided as farwa.nawaz@hq.doe.gov. This notice serves as a heads-up to potential competitors, with the government reserving the right to conduct a sole-source procurement based on the responses received.
Notice of Intent to Sole Source for Pacific Mangrove Monitoring Network
Active
Agriculture, Department Of
Notice of Intent to Sole Source for Pacific Mangrove Monitoring Network The Department of Agriculture, specifically the Forest Service, has issued a Special Notice for the procurement of supplies for the Pacific Mangrove Monitoring Network. This notice serves as a proposal for a sole source firm fixed price contract with SURV KAP, Inc. The contract will be awarded on behalf of the USDA Forest Service, Institute of Pacific Islands Forest. The Pacific Mangrove Monitoring Network requires supplies for their monitoring activities. Mangroves are important coastal ecosystems that provide numerous benefits, including protecting shorelines from erosion, providing habitat for various species, and serving as a carbon sink. Monitoring these mangroves is crucial for understanding their health and the overall health of the coastal environment. Interested parties are invited to express their interest and capability to respond to this requirement. However, it is important to note that this notice of intent is not a request for competitive proposals. The government has determined that SURV KAP, Inc. is the sole source for this procurement. The place of performance for this contract is Tucson, Arizona, in the United States. The contract will be a firm fixed price contract, meaning the price will not be subject to change. The North American Industry Classification System (NAICS) code for this procurement is 332999, and the size standard is 750 employees. Responses to this notice must be received by July 31, 2024, at 1500 PM PST. It is important to indicate the business size, such as small business or disadvantaged business, veteran-owned small business or HUB Zone certified, and provide the appropriate NAICS Code and UEI #. Please direct any inquiries or expressions of interest to Clauderene Washington, the primary contact for this action, at clauderene.washington@usda.gov. Note: This notice is for market research purposes and does not constitute a request for proposal or a commitment by the government for any purpose other than market research.