FY25 WMATA Sole Source Requirement
Type: Special Notice
Overview

Buyer

JUSTICE, DEPARTMENT OFOFFICES, BOARDS AND DIVISIONS

NAICS

Commuter Rail Systems (485112)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRAVEL/LODGING/RECRUITMENT: RAIL PASSENGER (V213)
Timeline
  1. 1
    Posted Jan 4, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 4, 2025, 12:00 AM UTC
  3. 3
    Due Jan 20, 2025, 1:00 PM UTC
Description

The Department of Justice (DOJ) intends to award sole source contract actions to the Washington Metropolitan Area Transit Authority (WMATA) for the implementation of its Transit Subsidy Program. This program requires WMATA to provide SmarTrip cards and a web-based system that allows DOJ employees to enter their monthly fare amounts, facilitating access to various transit systems affiliated with WMATA. The Smart Benefits provided through this program are essential for employees utilizing public transportation in the Washington, D.C. area, as they are the only accepted fare media for the District of Columbia METRO system and other local transit providers. Interested parties can reach out to Dante Lewis at dante.lewis@usdoj.gov for further inquiries, noting that this opportunity is not open for proposals or solicitations and will be executed in accordance with FAR 6.302-1.

Point(s) of Contact
Files
No associated files provided.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
Sources Sought - Acquisition Professionals Suite of Information and Knowledge Sharing Platform
Buyer not available
The Department of Justice, specifically the U.S. Marshals Service (USMS), is conducting market research through a sources sought notice to identify potential sources for a comprehensive Acquisition Professionals Suite of Information and Knowledge Sharing Platform. This platform is intended to provide acquisition professionals with access to acquisition news, case law, newsletters, resources, and training, facilitating continuous learning and knowledge sharing within the DOJ/USMS acquisition workforce. Interested parties are invited to submit their qualifications and capabilities by April 30, 2025, to Kim Ramsay at kim.ramsay2@usdoj.gov, with the subject line SS-Acquisition Professionals Platform. This notice is for informational purposes only and does not constitute a solicitation or commitment by the Government.
RFI - DOJ CGI Momentum Financial & Acquisition Software Alternatives
Buyer not available
The Department of Justice (DOJ) is conducting a Request for Information (RFI) to explore alternatives to CGI Federal's Momentum Financial and Acquisition software products. The primary objective is to identify viable enterprise-wide solutions that can match or exceed the functionality of the existing Momentum software while offering enhanced flexibility, innovation, and cost efficiency. This initiative is crucial for ensuring that the DOJ's technology investments deliver maximum value and adaptability in meeting their evolving financial and acquisition system needs. Interested vendors are encouraged to submit their responses by May 6, 2025, at 12 PM EST to Cindy L. Gold at Cindy.L.Gold2@usdoj.gov, with no funds available for response preparation.
DoD BUS CARRIER APPROVAL By DTMO
Buyer not available
The Department of Defense, through the Defense Travel Management Office (DTMO), is announcing a special notice regarding the upcoming solicitation for bus and van services at Joint Base San Antonio (JBSA), anticipated to be released around January 2026. The 502d Contracting Squadron is seeking contractors to provide non-personal transportation services that support the operational needs of JBSA Lackland and Fort Sam Houston, including contingency transportation, while ensuring compliance with government scheduling and cleanliness standards. To be eligible for this contract, potential offerors must be Approved DoD Bus Carriers by the DTMO at the time of proposal submission and must hold the necessary Texas licenses and Class B commercial driver's licenses with passenger endorsements. Interested parties should reach out to Barbara A. Jewett at barbara.jewett.1@us.af.mil or 210-652-5454, or Ericka L. McGlone at ericka.mcglone@us.af.mil or 210-652-8586 for further inquiries, noting that this notice is not a solicitation for proposals at this time.
Renewal of Seat Maintenance (3,000 Seats) for Rocket Software's BlueZone Emulator Software
Buyer not available
Special Notice: Justice, Department of - Renewal of Seat Maintenance (3,000 Seats) for Rocket Software's BlueZone Emulator Software The Drug Enforcement Administration (DEA) intends to contract with Rocket Software, Inc. for the renewal of seat maintenance for its perpetual license of the BlueZone Emulator Software. This software is used by the DEA for various purposes. The contract period will be from September 17, 2016, to September 16, 2017. This procurement is based on a brand name and will be procured on a sole source basis. Rocket Software is the only source for this requirement due to their exclusive proprietary rights to the installed software. The DEA has determined that purchasing and implementing competing software would not be technically nor economically justified. The required Limited Sources Documentation is attached. The DEA is not soliciting alternative sources for this requirement. This notice is made in compliance with FAR 5.102(a)(6) and 5.201(b)(1). For more information, please contact Philip M. King at Philip.M.King@usdoj.gov or 202-307-9601.
Solicitation: Residential Reentry Center Services for MALE Only in the Washington, DC area, Montgomery County Maryland, Prince George’s County Maryland, Arlington County Virginia and/or Fairfax County Virginia
Buyer not available
The Department of Justice, specifically the Federal Bureau of Prisons, is soliciting proposals for Residential Reentry Center (RRC) services exclusively for male federal offenders in the Washington, D.C. metropolitan area, including parts of Maryland and Virginia. The procurement aims to facilitate the successful reintegration of individuals into the community by providing comprehensive services, including home confinement options, within a designated geographical area. This initiative underscores the federal commitment to enhancing reentry programs while ensuring compliance with operational standards and community safety. Interested parties must submit their proposals by May 30, 2025, at 2:00 PM EST, to Senior Contract Specialist Tana Jankowiak at tjankowiak@bop.gov, with further inquiries directed to Matthew Comstock at mcomstock1@bop.gov.
Notification of Intent to Sole Source | R408 | Department of Veterans Affairs (VA) - Contract Oversight and Integration and Program Management Support Services (COI/PMSS)
Buyer not available
The Department of Veterans Affairs (VA) is announcing a sole source task order for Contract Oversight and Integration and Program Management Support Services (COI/PMSS) to Creative Business Solutions Inc. This procurement aims to enhance operational efficiency across approximately 170 initiatives related to the VA’s Human Capital programs, requiring support in strategic planning, project management, acquisition management, budget and financial management, and SharePoint administration. The task order will be awarded under FAR 8.405-6(a)(1)(C), with a response deadline for interested parties to submit capability statements by May 7, 2025. For further inquiries, potential suppliers can contact Justin Cole at Justin.Cole4@va.gov or Zachery Minns at Zachery.Minns@va.gov.
FY25 D76 Prisoner Van Outfitting
Buyer not available
The U.S. Department of Justice, specifically the U.S. Marshals Service, is seeking proposals for the outfitting of a prisoner van under the contract titled "FY25 D76 Prisoner Van Outfitting." The objective of this procurement is to acquire commercial products and services that meet the specified technical requirements outlined in the solicitation, which emphasizes compliance with federal regulations, particularly regarding the protection of personally identifiable information (PII). This contract is significant for ensuring the operational readiness and security of prisoner transport, with a performance period set from May 1, 2025, to April 30, 2026. Interested small businesses, including those owned by veterans and women, must submit their completed quotes by April 21, 2025, to Renee Leaman at renee.leaman@usdoj.gov, and ensure compliance with the Integrated Award Environment (IPP) before contract award.
70--Westlaw on-line subscription
Buyer not available
Special Notice: DEPT OF DEFENSE - DEPT OF THE NAVY The Naval Supply Systems Command, Fleet Logistics Center Jacksonville, intends to issue a sole source award to West Publishing Corporation for the procurement of a Westlaw On-line subscription for Fleet Readiness Center Southeast (FRCSE). Westlaw is a research tool that provides access to laws, statutes, regulations, court decisions, and agency decisions that impact the mission of FRCSE. The intended use of the subscription is for research in various practice areas including civilian personnel law, labor and employment law, fiscal/acquisition law, and ethics. The Westlaw software will be delivered to FRCSE five days after contract award. This procurement is for the annual subscription renewal period of July 1, 2019, through June 30, 2020, with four one-year option periods. The NAICS code for this work is 519130 Internet Publishing and Broadcasting and Web Search Portals, with a size standard of 1000 employees. This notice of intent is for information purposes only, and the Government intends to make a sole source award to West Publishing Corporation. Responses must provide clear and convincing evidence of the company's ability to satisfy the requirement.
NOTICE OF INTENT - SOLE SOURCE - 86614625Q00001 CyberFEDS Subscription
Buyer not available
The U.S. Department of Housing and Urban Development (HUD) intends to award a sole-source contract to LRP Publications, Inc. for CyberFEDS subscription services, which will provide essential legal information and analysis regarding personnel laws and related decisions to HUD's Office of General Counsel. The contract aims to deliver online access to a comprehensive database that includes materials from various federal agencies, ensuring that users can efficiently research federal human resources and employment law. This service is critical for maintaining compliance with legal standards and enhancing the operational capabilities of HUD's legal team. Interested parties must respond by May 6, 2025, demonstrating their ability to provide equivalent services, and can direct inquiries to Lorenzo B. Evans or Cathy Baker at CPOFTW@hud.gov.
RTI SWM
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWC), is seeking quotations for software licenses and maintenance services related to Real Time Innovations (RTI) Connext DDS Professional. The procurement includes developer subscriptions for various operating systems, annual maintenance for specific architectures, and technical support subscriptions, all of which are critical for the government's operational needs in software development. This opportunity emphasizes compliance with federal acquisition regulations and requires submissions from authorized resellers, with a firm fixed price contract anticipated. Interested parties must submit their quotes by May 1, 2025, and can direct inquiries to Elizabeth Domotor at elizabeth.a.domotor.civ@us.navy.mil or by phone at 540-621-1360.