Intent to Sole Source – PARA-DROP Corporation
ID: PANMCC25P0000010864Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMY

NAICS

Sports and Recreation Instruction (611620)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, intends to award a Firm-Fixed Price sole source contract to PARA-DROP Corporation for services related to sports and recreation instruction. This procurement is being conducted under the authority of 41 U.S.C. 1901 and follows the procedures outlined in the Federal Acquisition Regulation (FAR) Part 13, which allows for contracting with a single source when deemed appropriate by the contracting officer. The intent to sole source indicates that the government has determined that only PARA-DROP Corporation can meet the specific operational needs of the US Army Parachute Team at Fort Liberty. For further inquiries, interested parties may contact John Bloch at yonason.bloch.civ@army.mil, noting that no solicitation will be posted as a result of this notice.

    Point(s) of Contact
    Files
    Title
    Posted
    The purpose of this document is to announce an Intent to Sole Source award by MICC-Fort Knox on behalf of the USAPT, Fort Liberty, to PARA-DROP Corporation. This announcement clarifies that it is not a solicitation for competitive offers but rather provides notice of the awarding process. The sole source award is permitted under 41 U.S.C. 1901 and follows the Federal Acquisition Regulation (FAR) Part 13, which allows for contracting with a single source when determined appropriate by the contracting officer. As a result, no solicitation will be released, and the notice complies with FAR 5.101 regarding information dissemination. This document illustrates the government's intent to engage a specific contractor based on operational needs rather than competitive bidding.
    Lifecycle
    Title
    Type
    Similar Opportunities
    NOTICE OF INTENT TO SOLE SOURCE - ISPORTSMAN INTERFACE
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command at Aberdeen Proving Ground, intends to issue a sole source Firm Fixed Price purchase order for the iSportsman interface, which serves as a website interface for the installation in Maryland. This procurement is aimed at acquiring a solution that meets the unique requirements of the United States Army Installation Management Command, with the iSportsman interface being the only option that complies with FEDRAMP requirements and the Sikes Act, ensuring standardized access for outdoor activities across military installations. Interested parties should note that responses to this notice must be submitted by December 12, 2025, at 9:00 AM EST, and the anticipated award date is set for January 1, 2026; for further inquiries, contact Margaret Keelty or Donna Poteat via their provided emails.
    Sources Sought Notice: Parachute, Cargo (NSN: 1670-00-872-6109)
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command – Detroit Arsenal, is seeking qualified small businesses to provide cargo parachutes (NSN: 1670-00-872-6109, Part Number: 11-1-555) under a five-year, firm-fixed-price contract. The procurement includes a guaranteed minimum quantity of 45 units and an estimated maximum of 1,691 units, with a requirement for First Article Testing to ensure compliance with military standards. These parachutes are critical for various military operations, emphasizing the need for high-quality and reliable equipment. Interested vendors must submit proposals by January 5, 2026, and are encouraged to monitor the government website for updates and amendments, with all inquiries directed to Fady Cholagh at fady.s.cholagh.civ@army.mil or 520-725-5289.
    DRRS Sustainment and Maintenance Sole Source J&A
    General Services Administration
    The General Services Administration (GSA) is seeking to award a sole source contract for the sustainment and maintenance of the Defense Readiness Reporting System-Strategic (DRRS-S). This contract will encompass all aspects of operation, maintenance, training, help desk services, and management support for the DRRS-S, including cybersecurity, systems engineering, integration, and system testing, to meet the evolving needs of the Department of Defense (DoD). The contract is intended as a 12-month bridge solution while the DoD develops a long-term requirement for the DRRS-S program, with justification for other than full and open competition based on the need for specialized services that would incur substantial duplication of costs or unacceptable delays if sourced elsewhere. Interested parties can contact Robert Johnson at robert.f.johnson@gsa.gov or 913-271-2291 for further details.
    Notice of Intent to Sole Source
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, intends to issue a sole source purchase order for environmental water and sediment sampling, analysis, and reporting services at the McAlester Army Ammunition Plant. The procurement will utilize simplified acquisition procedures, with Green Country Testing identified as the only authorized supplier capable of ensuring consistent data quality and continuity in laboratory methods and equipment for state-required reporting. This specialized service is critical for maintaining compliance with environmental regulations and ensuring the integrity of sampling data. Interested parties may direct inquiries to Andrea Jones at andrea.jones36.civ@army.mil, noting that this notice is not a request for offers and that the government retains discretion over future competitive procurements.
    Sole Source Justification and Approval Posting for W911RX23C0005
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to finalize a sole source contract for the 360 Leaders Training program under the notice W911RX23C0005. This procurement aims to secure specialized training and curriculum development services that are critical for enhancing leadership capabilities within the military. The training services are intended to support the professional development of military personnel, ensuring they are equipped with the necessary skills for effective leadership. Interested parties can reach out to Christopher A. Richie at christopher.a.richie.civ@army.mil for further details regarding this opportunity.
    Notice of Intent to Award a Sole Source Contract for Joint All Domain Warfighting Software (JAWS) to Systems and Technology Research LLC
    Dept Of Defense
    The Department of Defense, through the Defense Advanced Research Projects Agency (DARPA), intends to award a sole source contract to Systems and Technology Research LLC for the Joint All Domain Warfighting Software (JAWS). This procurement aims to enhance military capabilities by developing advanced software solutions that integrate various domains of warfare, thereby improving operational effectiveness. The JAWS initiative is critical for advancing national defense research and development, particularly in experimental military applications. Interested parties can direct inquiries to Marisa V. Meloney at marisa.meloney@darpa.mil or Jonathan Odom, Program Manager, at DARPA-SN-23-05@darpa.mil for further details.
    J&A For Only One Source
    General Services Administration
    The General Services Administration (GSA) is seeking to procure Special Operations Forces Survival Support and Equipment exclusively from Atlantic Diving Supply, the sole U.S. military vendor for these items. This procurement involves Brand Name Special Forces equipment, specifically Inovytec products, aimed at enhancing the lethality, survivability, and mobility of individual operators within the United States Army Special Operations Command (USASOC). The equipment is critical for supporting military operations and ensuring the effectiveness of special forces personnel. For further inquiries, interested parties can contact Laura Demanche at laura.demanche@gsa.gov or Victoria Howland at victoria.howland@gsa.gov.
    Synopsis- AMSO M&S Support Services
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command Detroit-Arsenal (ACC-DTA), intends to award a sole source contract to Trideum Corporation for Modeling and Simulation (M&S) support services at the U.S. Army Center for Army Analysis. This contract will provide continuous M&S services in support of the Strategy and Resources and Simulation Proponent and School Branches of the Army Modeling and Simulation Office (AMSO), utilizing the Department of Defense's Employee Stock Ownership Plan (ESOP) Pilot Program. The solicitation for this opportunity will be posted on SAM.gov approximately 15 days from the date of this notice, and while the award is intended to be sole source, other interested parties may submit a capabilities statement for consideration. For further inquiries, interested parties can contact Kelsey Greenwell at kelsey.d.greenwell.civ@army.mil or by phone at 571-588-8898.
    Cable TV, Wired and Wireless Internet for Fort Drum, NY
    Dept Of Defense
    Intent to Award Single Source BPA To Charter Communications Operating, LLC The Department of Defense, specifically the Department of the Army, intends to award a single-source Firm Fixed Price Blanket Purchase Agreement (BPA) to Charter Communications Operating LLC, DBA Spectrum. This procurement is for business class wired Cable television (CATV) services in Fort Drum, NY. The BPA will be in effect for a period of five years, not to exceed April 15, 2028. The Government has determined that Charter Communications is the only known provider in the Fort Drum geographical area based on previous acquisitions and market research. This notice is not a request for quotations, but responses will be used to determine if competition exists.
    Parraid Software for Flight Test Support
    Dept Of Defense
    The Department of Defense, specifically the Army Contract Command - Redstone Arsenal, is seeking to procure Parraid Software for Flight Test Support through a sole source contract with Enterprise Technology Solutions. The procurement involves a Firm Fixed Price delivery order for one Omega-NExT Professional Network Server Software License Bundle and one Omega Data Environment Single User Standalone Software Bundle, which are critical for aviation technology development. The anticipated award date is February 3, 2023, with a performance period of twelve months. Interested parties must demonstrate their technical capabilities by submitting their responses to Deanna Van Cleaf at deanna.c.vancleaf.civ@army.mil and Bethany Rosser at bethany.r.rosser.civ.army.mil by the specified deadline.