Lima - Notice of Intent to Sole Source
ID: PR15284233Type: Special Notice
Overview

Buyer

STATE, DEPARTMENT OFSTATE, DEPARTMENT OFUSEMBASSY LIMAWASHINGTON, DC, 20520, USA

NAICS

Poured Concrete Foundation and Structure Contractors (238110)

PSC

MAINTENANCE OF FAMILY HOUSING FACILITIES (Z1FA)
Timeline
    Description

    The Department of State, through the U.S. Embassy in Lima, intends to award a sole source service order to Acota Corp. for the maintenance and repair of concrete curbs at a government-owned residence in Peru. This procurement is being conducted under Simplified Acquisition Procedures, as the circumstances dictate that only one source is reasonably available for this specific service. The contract action is classified as a Sole Source under FAR Subpart 13.106-1(b)(1)(i), emphasizing the urgency and exclusivity of the service required. Interested parties may contact Seth Langer at langers@state.gov or Christian Rivas at rivascr@state.gov for further information regarding this opportunity.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    Notice of Sole Source
    Commerce, Department Of
    The Department of Commerce is announcing a sole source procurement for IT services, indicating that the contract will be awarded to a single vendor without a competitive bidding process. This decision is based on the authority granted under FAR 8.405-6(a)(1)(i)(B), which allows for such actions when only one source is deemed capable of fulfilling the requirements. The procurement is critical for supporting the department's management operations, and all inquiries regarding this opportunity should be directed to Lauren Gueye at lgueye@doc.gov, as telephone inquiries will not be accepted. The place of performance for this contract will be in Washington, DC, and further details can be found in the attached justification document.
    LE Staff Health Insurance Notice to Sole Source
    State, Department Of
    The Department of State is issuing a Notice of Intent to award a sole source Indefinite-Delivery/Requirements contract for Health Insurance for Locally Employed Staff at the U.S. Embassy in Asuncion, Paraguay, specifically to ASISMED S.A. This procurement is necessary to ensure that the health insurance needs of the embassy's locally employed staff are met, as ASISMED S.A. is deemed the only responsible source capable of fulfilling these requirements. The estimated period of performance for this contract is up to one year, and interested parties may submit capability statements or proposals by May 8, 2023, at 12:30 PM EDT, although this is not a request for proposals. For further inquiries, potential respondents can contact Contracting Officer Nicola Cullen at cullenna@state.gov.
    Justification and Approval for Other than Full and Open Competition (J&A)
    Agency For International Development
    The US Agency for International Development (USAID) seeks a $10 million contract to justify and approve restricting competition for enhancing the Peruvian government's counternarcotics policies to local entities only. This five-year project aims to improve sustainability by focusing on management systems, IT enhancements, coordination, and citizen oversight. USAID aims to foster local ownership among eligible local organizations. USAID aims to support the Peruvian government's efforts to combat increasing coca cultivation by engaging local experts. The procurement process will evaluate organizations based on their technical expertise and cost effectiveness, prioritizing local involvement. Interested parties should direct any questions to Andre-Guy Soh at asoh@usaid.gov until September 30, 2024, and refer to JA+24-010+Peru.pdf for more details. This contract supports USAID's localization policy and advances its objectives in Peru.
    Legal services ongoing maintenance and enforcement of settlement agreements and judgments already obtained by DFC
    United States International Development Finance Corporation
    The United States International Development Finance Corporation (DFC) is seeking to award a sole source contract for legal services related to the ongoing maintenance and enforcement of settlement agreements and judgments previously obtained by the agency. The contract will encompass a firm-fixed price arrangement with a base year of 12 months and an option for an additional 12 months, emphasizing the need for specialized legal expertise in this area. This procurement is being conducted under Simplified Acquisition Procedures, allowing for sole source procurement when only one responsible source can fulfill the requirements. Interested parties are invited to submit capability statements by December 22, 2025, at 3:00 PM Eastern Time to Remi Eggers at remi.eggers@dfc.gov, as the government will consider these submissions in determining whether to pursue competitive procurement in the future.
    Sole Source - U.S.C.G Station Tillamook Main Water Line Repair
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, intends to award a sole source contract to the City of Garibaldi for the repair of the main water line at Station Tillamook Bay, Oregon. The project involves replacing a damaged 6-inch water line, which is critical for fire suppression, sanitation, and cleaning services at the station, and requires the contractor to provide all necessary personnel, equipment, and services while adhering to safety regulations. The estimated cost for this procurement is $27,051, with a contract performance period from November 26, 2025, to December 8, 2025. Interested parties may direct inquiries to Michelle Myhra at Michelle.M.Myhra2@uscg.mil, as this opportunity is not open for competitive proposals.
    Intent to Sole Source ARMAG Relocation
    Consumer Product Safety Commission
    The Consumer Product Safety Commission (CPSC) intends to negotiate a sole source contract with ARMAG Corp. for the relocation of two double wide ARMAGs from the Blossom Point Research Facility in Welcome, MD, to the Summit Point Training Facility in Summit Point, WV. The procurement is necessary as ARMAG Corp. is the sole manufacturer qualified to disassemble and reassemble the explosion-proof magazines while ensuring compliance with ATF regulations. Interested parties may submit capability statements to demonstrate their ability to meet this requirement, with responses due by 12 PM Eastern Time on January 7, 2026. For further inquiries, contact Derrick Braswell at dbraswell@cpsc.gov or Cassandra Sterba at csterba@cpsc.gov.
    Notice of Intent to Sole Source - Accenture Federal Services, LLC BSS
    Commerce, Department Of
    The U.S. Department of Commerce (DOC) intends to award a sole-source contract to Accenture Federal Services, LLC for ongoing support of the Commerce Business Systems (CBS) and Core Financial System (CFS) applications. This contract will be structured as a one-year base period with three six-month priced options, leveraging Accenture's unique expertise and institutional knowledge gained from their incumbency in the CBS/CFS Program. The services provided are critical for maintaining the financial management and accounting capabilities essential to DOC operations, especially as the department transitions to a new Business Applications Solution (BAS) project set for completion in 2026. Interested parties may submit responses within 15 days of this notice to the primary contacts, Cameron Brooks and Brandon Harrell, via email, although no solicitation package is available.
    Limited Sources Justification (LSJ) for IDIQ non-personnel support services
    State, Department Of
    The Department of State is seeking to post a Limited Sources Justification (LSJ) for an Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on non-personnel support services. This procurement aims to comply with FAR 8.405-6(a)(2)(i)(B), which outlines the justification process for limited sources. The services are critical for management support in contract, procurement, and acquisition areas, ensuring efficient operations within the department. Interested parties can reach out to Wade Ward at WardBW@state.gov or call 202-374-4491 for further information regarding this opportunity.
    DESIGN BUILD CONSTRUCTION SERVICES FOR PRE-FABRICATED CONTAINERS AT GUAYAQUIL PORT, ECUADOR
    State, Department Of
    The Department of State is seeking qualified contractors to provide Design Build Construction Services for the installation of pre-fabricated containers at Guayaquil Port, Ecuador. The project entails comprehensive design, construction, and supervision of high-cube containers that will serve as a kitchen, dining area, dormitories for 12 individuals, an administration office, and storage, along with the integration of utilities and installation of various systems such as air conditioning, communication, CCTV, and fire protection. This Firm Fixed-Price Construction Type Contract is estimated to be valued between $250,000 and $500,000, with interested companies required to express their interest by December 2, 2025, via email to Sarah Pfannkuche at PfannkucheS@state.gov, ensuring they meet specific qualifications including Ecuadorian construction licenses and SAM registration prior to contract award.
    Sole Source award of Jordanian Analytical Laboratory System Equipment Sustainment Contractor Logistics Support (CLS)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a contractor for the Sole Source award of the Jordanian Analytical Laboratory System Equipment Sustainment Contractor Logistics Support (CLS). The procurement involves comprehensive services including maintenance and sustainment of laboratory equipment, calibration, software updates, and repair, alongside the provision of a Logistics Information System (LIS) that ensures total supply, service, and maintenance support. This initiative is crucial for maintaining the operational readiness and reliability of laboratory equipment in Jordan, ensuring effective performance in various analytical tasks. Interested parties can reach out to Brian Lauterbach-Hagan at brian.j.lauterbachhagan.civ@mail.mil or Linda S. Ensminger at linda.s.ensminger.civ@army.mil for further details regarding this opportunity.