Notice of Intent to Award a Sole Source Falls Church Fairview Park Marriott to provide DHA Chief Administrator Training
ID: HT001124PCAT0Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEFENSE HEALTH AGENCY (DHA)DEFENSE HEALTH AGENCYFALLS CHURCH, VA, 22042, USA

NAICS

Hotels (except Casino Hotels) and Motels (721110)

PSC

LEASE/RENTAL OF CONFERENCE SPACE AND FACILITIES (X1AB)
Timeline
    Description

    Notice of Intent to Award a Sole Source Falls Church Fairview Park Marriott to provide DHA Chief Administrator Training

    The Department of Defense, specifically the Defense Health Agency (DHA), intends to award a sole source contract to the Falls Church Marriott Fairview Park to provide DHA Chief Administrator Training. This contract will be Firm-Fixed Price and will require conference rooms and audiovisual support for the conference. The Falls Church Marriott Fairview Park is a large business and the procurement will be made utilizing Federal Acquisition Regulation (FAR) Part 13, Simplified Acquisition Procedures (SAP), in conjunction with FAR Part 12, Acquisition of Commercial Products and Commercial Services procedures. Interested parties may respond to this notice within 15 calendar days, providing clear and convincing evidence that competition would be advantageous to the Government. The primary contact for this procurement is Paul H. Desilets at paul.h.desilets.ctr@health.mil. Please reference the Notice of Intent number, HT001124PCAT0, in all correspondence.

    Files
    No associated files provided.
    Similar Opportunities
    6525--Intent to Sole Source Open MRI Applications Training for FUJIFILM James A. Haley Veterans' Hospital
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking to negotiate a sole source contract for applications training on the proprietary Hitachi Medical Oasis M281 MRI system at the James A. Haley Veterans' Hospital in Tampa, Florida. This training is essential as only FUJIFILM Healthcare America possesses the specialized knowledge required to effectively address the unique design features and operational training of this equipment, which is critical for ensuring proper patient care. Interested parties that believe they can meet the requirements are invited to submit their qualifications to the Contract Specialist, Katrina Tavares, at katrina.tavares@va.gov by 12:00 PM EST on October 18, 2024. The procurement falls under NAICS code 541990, with a size standard of $19.5 million, and this notice does not constitute a request for quotations.
    U--Notice of Intent to Sole Source - Humidity Control: Principles and Applications and Complying with Standard 90.1-2013 Training, ASHRAE, Inc.
    Active
    Dept Of Defense
    Notice of Intent to Sole Source - Humidity Control: Principles and Applications and Complying with Standard 90.1-2013 Training, ASHRAE, Inc. The Department of Defense, specifically the Department of the Navy, through the Naval Facilities Engineering Command, intends to award a sole source contract to the American Society of Heating Refrigerating and Air Conditioning Engineers, Inc. (ASHRAE). The contract is for the provision of two ASHRAE courses: Humidity Control: Principles and Applications, and Complying with Standard 90.1-2013. These courses will be conducted at six different locations: NAVFAC NW (Silverdale, WA), NAVFAC Atlantic (Norfolk, VA), NAVFAC Pacific (Pearl Harbor, HI), NAVFAC SE (Jacksonville, FL), NAVFAC Washington (Washington, DC), and NAVFAC SW (San Diego, CA). The purpose of this procurement is to provide training on humidity control principles and applications, as well as compliance with Standard 90.1-2013. These courses are essential for ensuring proper HVAC system operation and energy efficiency in various naval facilities across the country. The training will equip personnel with the necessary knowledge and skills to effectively manage humidity levels and comply with industry standards. This procurement falls under the Special Notice category and meets the conditions of FAR 13.106-1(b)(1), which allows for a sole source contract when only one responsible source is reasonably available to provide the required supplies. It is important to note that this Notice of Intent is not a request for Expressions of Interest (EOIs), proposals, or quotations. No solicitation documentation exists, and no telephone inquiries will be accepted. The North American Industry Classification System (NAICS) Code for this procurement is 611430, Professional and Management Development Training. The Small Business size standard is $11 million. ASHRAE, being a large business, is the identified source for this requirement. Interested parties may submit a statement of capabilities if they believe they can meet the requirement. However, it is crucial to provide clear and convincing evidence that competition would be advantageous to the Government. The Government will be the sole determiner regarding a company's ability to meet all requirements. If no responses are received within two weeks after the publication of this notice, a firm fixed price sole source award will be made to ASHRAE. The anticipated award date is 7 April 2016. For further information or to submit a statement of capabilities, interested parties should contact Amber Forehand-Hughes at amber.forehand@navy.mil or call 757-322-8336. Please note that the Government does not intend to pay for any information provided under this notice. The decision to not compete this proposed contract is solely within the discretion of the Government. In summary, the Department of Defense, Department of the Navy, intends to award a sole source contract to ASHRAE for the provision of Humidity Control: Principles and Applications and Complying with Standard 90.1-2013 training courses. These courses will be conducted at six different locations to ensure proper humidity control and compliance with industry standards in naval facilities.
    Intent to Award Sole/Single Source - USAFSAM Aeromedical Aviation Laboratory (AAL) Program - Amendment 01
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Research Laboratory at Wright-Patterson AFB, intends to award a sole-source contract to MacAir Aviation, LLC for specialized training services related to the Aeromedical Aviation Laboratory (AAL) Program. This contract focuses on providing maintenance services and repairs for training flight surgeons on the physiological effects of flight, which is critical for ensuring the operational readiness of Air Force personnel. The estimated total value of the five-year contract is approximately $14,038,000, reflecting the unique qualifications of MacAir as the incumbent contractor and the urgency of maintaining a fixed training schedule for 2025. Interested parties may submit capability statements to Natasha Randall at natasha.randall@us.af.mil by November 1, 2024, at 4:00 PM Eastern Time for consideration.
    Notice of Intent to Sole Source_Rapid Return to Duty
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), intends to award a sole source contract to the University of Colorado Anschutz Medical Campus (CU Anschutz) for research related to an accelerated clinical protocol aimed at facilitating rapid return to duty after pneumothorax or hemothorax. The objective of this study is to assess the effectiveness and safety of a nurse-driven, physician-supervised protocol that promotes self-ambulatory discharge of patients within 72 hours, addressing critical gaps in military medical care during combat operations. This research is vital as it aims to improve patient outcomes in resource-limited settings, particularly in the context of battlefield injuries. Interested parties must submit their capabilities statements to Tammy McRae at tammy.n.mcrae.civ@mail.mil by 1:00 p.m. Eastern Standard Time on May 20, 2024, to be considered for this opportunity.
    Notice of Intent to Sole Source
    Active
    Dept Of Defense
    Notice of Intent to Sole Source DEPT OF DEFENSE DEPT OF THE ARMY The Department of Defense, specifically the Department of the Army, has issued a Notice of Intent to Sole Source for the procurement of Communications Security Equipment and Components. This service/item is typically used for ensuring secure communication within military operations. The procurement will be fulfilled by Carahsoft, located at 11493 Sunset Hills Road, Suite 100, Reston, VA 20190. The place of performance for this contract is Fort Eisenhower, GA, with a period of performance from April 24, 2024, through April 23, 2025. The government has determined that Carahsoft is the only responsible source for this requirement, and therefore, a competitive solicitation will not be issued. The procurement will be conducted under Simplified Acquisition Procedures in FAR part 13 and Commercial procedures in FAR part 12. Interested concerns must provide clear and convincing evidence that competition for this requirement would be advantageous to the government. If no affirmative written responses are received by 7:00 am on November 15, 2023, the contract will be awarded without further notice. Oral communications will not be accepted. Please note that this notice is not a request for competitive proposals. The government's decision not to compete this requirement is solely within its discretion.
    Notice of Intent to Sole Source; Harris OnPoint
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to award a sole source contract to Harris OnPoint Solutions for the provision of technical services related to the AcuityPlus software at the NIH Clinical Center in Bethesda, Maryland. The acquisition aims to ensure annual maintenance and support for the AcuityPlus system, which is critical for enhancing productivity and identifying best practices by comparing acuity data across organizations. As Harris OnPoint is the sole manufacturer and licenser of the AcuityPlus system, no new training is required for the nursing staff already utilizing the software. Interested parties may express their interest and capabilities to Kristin Nagashima at kristin.nagashima@nih.gov by October 31, 2024, at 1 PM EST.
    Intent to Sole Source - NRC 2026 Regulatory Information Conference (RIC) Conference and Meeting Space
    Active
    Nuclear Regulatory Commission
    The Nuclear Regulatory Commission (NRC) intends to sole-source contract the Bethesda North Marriott Hotel and Conference Center for its annual Regulatory Information Conference (RIC). The conference aims to facilitate discussions on nuclear safety and regulatory practices, with a focus on accommodating 2600–3000 attendees. This venue is the only one that meets the NRC's requirements for proximity to its headquarters, adequate capacity, and availability, ensuring the commission's flexibility and reducing transportation costs. The contract, valued at $1,098,028 for five years, underscores the importance of a central location for NRC's mission. Responses to this notice are due by 9am on August 30th, 2024, or the NRC will award the contract without further notice.
    Intent to Award Sole Source ALTAIR
    Active
    Dept Of Defense
    The Department of Defense, specifically the United States Air Force, intends to award a Firm-Fixed-Price Purchase order to ALTAIR for software services, with an anticipated award date of October 22, 2024. This procurement is classified as a sole-source acquisition under FAR 13.106-1(b)(1)(i), indicating that ALTAIR is the only reasonably available source for the required services, which will be performed over a period of 365 days following the award. Interested vendors may submit capability statements or proposals within five days of the notice to potentially influence the decision on competition, although the government retains discretion on whether to pursue competitive procurement. Responses must be submitted in an unclassified format, limited to 10 pages, and directed to the designated contacts, JaQuan Dangerfield and Kerisha Wordlaw, by the deadline of October 22, 2024, at 12:00 PM EST.
    DA10--Intent to Sole Source Dacima Suite License and Support for VA Pittsburgh Healthcare System (VAPHS)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to award a sole-source Firm-Fixed-Price Contract to Dacima Software, INC. for the provision of Dacima Suite License and Support Services at the VA Pittsburgh Healthcare System (VAPHS). This procurement aims to secure a comprehensive, web-based platform that facilitates standardized data collection, management, and analysis for various health services research projects conducted by the Center for Health Equity Research and Promotion (CHERP). The software is critical for managing complex research workflows, ensuring data integrity, and maintaining compliance with regulatory requirements across multiple projects focused on addressing health disparities among veterans. Interested parties may express their capabilities by submitting information to Contract Specialist Jami Cade at Jami.Cade@va.gov by 3:00 P.M. EST on October 23, 2024.
    LEGACY DATA CONSOLIDATION SOLUTION – HEALTH INFORMATION ARCHIVE
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), intends to award a sole source contract to Mediquant, LLC for the provision of Health Information Archive (HIA) services aimed at consolidating legacy data and maintaining software systems. This contract will support the Enterprise Intelligence and Data Solutions (EIDS) Program Management Office (PMO) by mapping and loading data sets into Mediquant's proprietary data model and ensuring the operational integrity of the HIA, which is crucial for managing health-related information. The contract is expected to be a Firm Fixed-Price agreement with a base period of 12 months and four additional option periods, with an anticipated award date no later than December 2024. Interested parties may express their capabilities to Domonique Holmes via email at domonique.p.holmes.civ@health.mil within 7 calendar days of this notice.