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
Sole Source Special Notice for a Purchase Order for Point Security Inc. to Provide Maintenance and Service for Smiths Detection X-Ray Security-Screening Systems at DOT
Buyer not available
The U.S. Department of Transportation (DOT) is issuing a sole-source special notice to award a contract to Point Security, Inc. for the maintenance and service of two Smiths Detection 6046si X-ray systems utilized in security screening at DOT Headquarters in Washington, D.C. The contractor must be certified by Smiths Detection to ensure proper maintenance and service, as the systems contain high voltage components that require specially trained personnel to prevent damage and ensure safety compliance. The estimated contract value is approximately $10,500 per year, with a performance period from October 1, 2024, through September 30, 2029. Interested firms that believe they can meet the qualifications must submit a Statement of Qualifications via email to the designated contacts by April 23, 2025.
RFI - DOJ Microsoft EA Alternatives & M3/M5 License Replacements
Buyer not available
The Department of Justice (DOJ) is seeking information on viable alternatives to Microsoft technologies, specifically the Microsoft M3 (Microsoft 365 E3) and M5 (Microsoft 365 E5) license bundles, through a Request for Information (RFI). The DOJ aims to evaluate enterprise-wide solutions that can provide comparable or superior functionality, flexibility, and cost efficiency while reducing dependency on a single vendor. This initiative is crucial for ensuring that the DOJ's technology investments remain innovative and effective in meeting its operational needs. Interested vendors must submit their responses by April 25, 2025, to the designated contacts, Tracey Cross and Sakura Higa, via email, with no funds available for response preparation.
Notice of Intent to Sole Source
Buyer not available
The Department of Defense, specifically the Baltimore District of the U.S. Army Corps of Engineers, has issued a Notice of Intent to Sole Source an award to Aquatic Informatics, ULC for the provision of labor and technical expertise necessary to maintain the Water Information Management System (WIMS). This procurement is justified under FAR 13.501(a), indicating that no other sources can fulfill the agency's specific requirements for these specialized services. The acquisition falls under NAICS code 541511, with a small business size standard of $34,000,000. Interested parties may submit responses to Contract Specialist Ayanah Savage or Contracting Officer Vincent Gier via email by April 18, 2025, although this notice does not constitute a request for competitive quotations.
Sole Source Special Notice for Maintenance and Service, Including all Parts and Labor, for one Rapiscan Systems Gemini X-ray System used in DOT’s Security-Screening-Process in D. C. Buildings
Buyer not available
The Department of Transportation (DOT) is issuing a Sole Source Special Notice to contract Rapiscan Systems, Inc. for the maintenance and service of a Gemini X-ray system utilized in the security screening process at DOT Headquarters in Washington, D.C. The contract will encompass all necessary parts and labor, with an estimated annual value of approximately $10,600, and is expected to span from April 1, 2025, to March 31, 2030. This specialized X-ray system employs proprietary Z-Backscatter technology, which is critical for detecting low atomic number materials that may pose security threats, necessitating that only certified personnel perform maintenance to avoid warranty voids and ensure safety. Interested parties may challenge the sole-source decision by submitting a Statement of Qualifications to the designated contacts by April 25, 2025, at 11:59 PM Eastern Daylight Time.
ADA Passenger Bus
Buyer not available
The Department of Defense, through the Defense Health Agency (DHA), is soliciting proposals for the provision of Americans with Disabilities Act (ADA) compliant passenger bus services at the Walter Reed National Military Medical Center. The contract aims to deliver wheelchair-accessible transportation for Wounded, Ill, and Injured (WII) patients, their families, and staff within the National Capital Region, facilitating their participation in community events and ensuring timely and safe transport. Interested vendors are required to submit their quotes by April 21, 2025, at 1300 EST, including detailed pricing, delivery estimates, and past performance documentation, with evaluations focusing on price, technical acceptability, and past performance metrics. For further inquiries, potential offerors may contact Contract Specialist Matthew S. Tsueda at 907-201-0308 or via email at Matthew.S.Tsueda.Ctr@Health.Mil.
FY25-26 IOD CARFTF Norfolk Office Parking Spots.
Buyer not available
The Department of Justice, specifically the U.S. Marshals Service, intends to award a sole source firm fixed price contract for parking spots at the Norfolk Office for fiscal years 2025-2026. This procurement aims to secure parking accommodations for the office, with a total estimated value of approximately $21,816.00, to be awarded to the City of Norfolk. The decision to pursue a sole source contract is based on the government's discretion, and no competitive bidding will take place for this requirement. Interested parties may direct questions to Contracting Officer Jennifer Brite via email at jennifer.brite@usdoj.com, as this notice is not a request for quotes or proposals.
Notice of Intent to Sole Source - Wide Area Network/Managed Trusted Internet Protocol Services (WAN/MTIPS)
Buyer not available
The Department of the Treasury, specifically the Office of the Comptroller of the Currency, intends to award a task order for Wide Area Network/Managed Trusted Internet Protocol Services (WAN/MTIPS) under the General Services Administration's Enterprise Infrastructure Solutions contract. This procurement aims to continue existing services, ensuring seamless connectivity and secure internet protocol services essential for the department's operations. The task order is justified as a sole source award in accordance with Federal Acquisition Regulation 16.505(b)(2)(i)(C), emphasizing the critical nature of these services. Interested parties can reach out to Joseph Cooper at joseph.cooper@occ.treas.gov or call 202-815-6416 for further information.
Wheelchair Transportation Services
Buyer not available
The Department of Defense, specifically the Naval Research Laboratory (NRL), is seeking quotations for wheelchair transportation services for an employee commuting from Great Falls, VA, to Washington, DC. The contract requires round-trip transportation three days a week, starting May 4, 2025, with specific pickup and drop-off times, and the service must accommodate an electric wheelchair. This procurement is crucial for ensuring reliable and accessible transportation for individuals with mobility challenges, with a total service time of 270 hours over a period of 135 days. Interested vendors must submit their technical and price quotes via email to Katrina Gallagher at katrina.t.gallagher.civ@us.navy.mil, with the submission deadline to be confirmed in the solicitation documents.
NSWCCD Intent to Sole Source The Mathworks Inc. Software Licenses
Buyer not available
The Naval Sea Systems Command Surface Warfare Center Carderock (NSWCCD) intends to award a sole source contract to The Mathworks, Inc. for software licenses, as outlined in their notice of intent. This procurement is justified under the statutory authority of 41 U.S.C. 1903, which allows for a sole source award when only one responsible source can meet the agency's requirements. The software licenses are critical for the agency's operations, ensuring that they have access to the necessary tools for their projects. For further inquiries, interested parties can contact David Crouch at david.w.crouch3.civ@us.navy.mil or by phone at 301-318-3929. This notice is not a request for proposals or quotations, and the decision to not compete this action rests solely with the Government.
Mail and Package Tracking System
Buyer not available
The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking proposals from small business vendors for a Mail and Package Tracking System to enhance its logistical operations. The system will replace an outdated tracking solution at three locations, including the Cheverly Warehouse and FBI Headquarters, and must feature LTE-enabled handheld devices, customizable tracking capabilities, and integration with the FBI’s existing infrastructure. This procurement is crucial for improving the efficiency and security of mail and package handling within the agency. Interested parties must submit their quotes by April 14, 2025, and can contact Contracting Officer Travis Haefler at thaefler@fbi.gov for further information. The contract is expected to span from September 2025 to August 2030, with a firm-fixed-price structure.