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
  1. 1
    Posted Jan 21, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 21, 2025, 12:00 AM UTC
  3. 3
    Due Jan 23, 2025, 10:00 PM UTC
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
Jan 21, 2025, 8:04 PM UTC
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
Special Notice
Similar Opportunities
Solicitation_Enhanced Parachutist Drop Bag
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for the procurement of Enhanced Parachutist Drop Bags under Solicitation W912CH-24-Q-0027. This opportunity has transitioned from a five-year indefinite delivery indefinite quantity (IDIQ) contract to a one-time purchase of 500 units, emphasizing the need for compliance with federal acquisition regulations and quality standards. The Enhanced Parachutist Drop Bags are critical for military operations, ensuring effective aerial delivery and recovery systems. Interested small businesses must submit their proposals by May 6, 2025, at 3:30 PM EST, and can direct inquiries to Kaley Weeden at kaley.h.weeden.civ@army.mil or Elizabeth Levine Welhouse at elizabeth.l.levinewelhouse.civ@army.mil.
2 Way Canopy Formation Skydiving Instructor
Buyer not available
The Department of Defense, specifically the U.S. Army, is seeking qualified small businesses to provide a Professional 2 Way Sequential Canopy Formation Instructor for the U.S. Army Parachute Team (USAPT). The instructor will be responsible for developing tailored training regimens and action plans to enhance the team's performance in preparation for the 2025 US Canopy Formation Skydiving Nationals and the 2025 Armed Forces Sports Parachuting Competition. This opportunity is critical for elevating the team's competitive edge and ensuring effective training and cohesion among team members. Interested parties must submit their responses electronically to the designated contacts by May 1, 2025, at 2:00 PM EDT, with the anticipated contract duration from May 30, 2025, to May 29, 2026, and a firm fixed-price structure.
Notice of Intent to Sole Source Frac Tank Rental to Recon Remediation & Construction Services
Buyer not available
The U.S. Army Corps of Engineers, Portland District, intends to award a sole-source contract to Recon Remediation & Construction Services for the rental of an Oil Frac Tank with spill containment. This procurement is being conducted under the authority of 15 USC § 657f and FAR 19.1406, specifically targeting Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The equipment is crucial for operations requiring spill containment solutions, emphasizing the importance of compliance with environmental regulations. Interested parties are invited to submit capability statements and proposals to the contracting officer, Darrell Hutchens, via email at darrell.d.hutchens@usace.army.mil, by 11:00 AM Pacific Time on May 28, 2025, as no formal solicitation will be posted.
W81K04-25-Q-A003 Intent to Sole Source-BodPod
Buyer not available
The Department of Defense intends to award a sole source contract to COSMED USA Inc. for a maintenance plan service contract for BodPod equipment utilized by Army/Armed Forces Wellness Center Operations at the Defense Centers for Public Health – Aberdeen. This contract, which is set to be awarded on or about July 1, 2025, will cover maintenance services for the Government-owned BodPod equipment, ensuring operational readiness and compliance with health standards. The procurement falls under the NAICS code 334510, which pertains to Electromedical and Electrotherapeutic Apparatus Manufacturing, and is designated as a Total Small Business Set-Aside. Interested parties may contact Marvin B. Baker or David Robledo via email for further information, although no competitive proposals will be accepted for this opportunity.
FY25 Butler Parachute Training Harness
Buyer not available
The Department of Defense, specifically the Department of the Air Force, intends to procure ten (10) Butler Parachute Training Harnesses (part number 11094) for use at the SERE school located at Fairchild AFB, Washington. These harnesses are exclusively manufactured by Butler Parachute Systems, Inc. and are required for training purposes to comply with Air Force regulations that mandate the use of authorized equipment for parachute operations. This procurement is classified as a sole source purchase due to the specific design of the harnesses, which are tailored for training to simulate operational equipment, and no authorized resellers exist for this item. Interested vendors who believe they can provide the required harnesses are encouraged to submit documentation to the primary contact, Mikeeli C. Hanson, at mikeeli.hanson.1@us.af.mil or by phone at 509-247-2236, for consideration in determining whether a competitive procurement will be pursued.
Notice of Intent to Sole Source
Buyer not available
The Department of Defense, specifically the Arkansas Air National Guard, intends to issue a sole-source Purchase Order to Linner Motion, LLC for the remanufacturing of existing C-130 Flap Jackscrews. This procurement falls under the NAICS code 336413, which pertains to Other Aircraft Parts and Auxiliary Equipment Manufacturing, and is justified under the Federal Acquisition Regulation for soliciting from a single source due to the unique capabilities of the OEM. Interested parties are invited to demonstrate their capability to fulfill this requirement by contacting TSgt Ryan Bernaiche at ryan.bernaiche@us.af.mil by April 30, 2025, as unsolicited proposals will not be accepted.
NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT
Buyer not available
NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT DEPT OF DEFENSE DEPT OF THE NAVY The DEPT OF DEFENSE, specifically the DEPT OF THE NAVY, intends to issue a sole source purchase order to Freeman Marine Equipment Inc. The proposed contract action is for the replacement of a Landing Craft Air Cushion (LCAC) HATCH ASSEMBLY. This equipment is proprietary and only available through Freeman Marine Equipment Inc. The requirement is per NAVSEA Drawing 5749292. Interested parties must submit information indicating their ability to satisfy this requirement by Monday, 2 May 2016, 4:00 PM, Pacific Standard Time, via email to rubeli.deinla@navy.mil. If no responses are received, the sole source award will proceed.
Notice of Intent to Award Sole Source - Redline Tower Maintenance
Buyer not available
The Department of Defense, specifically the Army Contracting Command-Aberdeen Proving Ground, intends to award a sole-source contract for maintenance services of the Redline Communications Network to Future Technologies Venture, LLC, based in Suwanee, Georgia. This contract, which spans twelve months, includes two annual preventative maintenance visits, the replacement of transmission lines, connectors, and lightning arrestors, as well as critical emergency maintenance and the decommissioning of existing Redline equipment across six towers. The maintenance services are vital for ensuring the optimal performance of communication infrastructure, which is essential for military operations. Interested parties may submit capability statements by April 30, 2025, and should direct inquiries to Neil Mendiola at neil.s.mendiola.civ@army.mil or Lynette FairBanks de la Viega at lynette.j.fairbanksdelaviega.civ@army.mil.
Notice of Intent to Sole Source - USAMRDC/DHA Marketing Tool Subscription
Buyer not available
The Department of Defense, through the Army Medical Research Acquisition Activity (USAMRAA), intends to issue a sole source contract to Global Action Alliance Inc for a Marketing Tool Subscription aimed at supporting the U.S. Army Medical Research and Development Command and the Defense Health Agency. This subscription will provide access to a commercial Artificial Intelligence tool designed to assist licensing professionals in identifying biotechnology and pharmaceutical companies that are suitable for licensing Department of Defense intellectual property, offering insights into patents, clinical trials, and company data. The procurement underscores the significance of technological advancements and partnerships in military medical research and development. Interested parties are encouraged to submit evidence of comparable services by the specified deadline; otherwise, the sole source award will proceed. For further inquiries, contact Skylar Wells at skylar.a.wells2.civ@health.mil.
Intent to Sole Source for Range Repair
Buyer not available
The Department of Defense, specifically the Department of the Air Force, intends to award a sole source firm fixed price contract to Action Target Inc. for the provision of replacement parts, service, and repair of their proprietary shooting range retrieval system at Seymour Johnson AFB in Goldsboro, North Carolina. The procurement includes specific parts such as lithium-ion batteries and LED replacement assemblies, along with a technical visit for installation, emphasizing the proprietary nature of the parts and services required, which are essential for maintaining warranty coverage and support. Interested parties who believe they can meet these requirements are invited to submit written information by May 2, 2025, at 12:00 PM (EST), with inquiries directed to Lauren Kaae at lauren.kaae@us.af.mil or Nelson Sosa at nelson.sosa@us.af.mil.