Sole Source Justification and Approval (J&A) - UMRB (UNL)
ID: W9128F21D0032Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW071 ENDIST OMAHAOMAHA, NE, 68102-4901, USA

NAICS

Administration of Conservation Programs (924120)

PSC

METEOROLOGICAL INSTRUMENTS AND APPARATUS (6660)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army through the W071 Endist Omaha office, is seeking to award a sole source contract to the University of Nebraska Lincoln (UNL) for the Upper Missouri River Basin (UMRB) Plains Snowpack and Soil Moisture Monitoring Network. This initiative aims to establish monitoring stations across multiple states to collect critical data for drought management, flood forecasting, and environmental assessments, as mandated by the Water Resources Reform and Development Act of 2014 and the WIIN Act of 2016. The justification for this sole source procurement highlights UNL's unique capabilities, established infrastructure, and local relationships, which are essential for effective project execution and data integrity. Interested parties can reach out to Mika N. Mahyenga at mika.n.mahyenga@usace.army.mil or 402-293-6011 for further information regarding this opportunity.

    Files
    Title
    Posted
    The document serves as a justification for pursuing a contract with the University of Nebraska Lincoln (UNL) for the Upper Missouri River Basin (UMRB) Plains Snowpack and Soil Moisture Monitoring Network. It cites authority under U.S. Code 3204(a)(1) for awarding a contract without full and open competition, as only one responsible source (UNL) can fulfill the specialized requirements for monitoring snowpack and soil moisture following congressional directives. This project, mandated by the Water Resources Reform and Development Act 2014 and the WIIN Act 2016, aims to establish monitoring stations across multiple states to collect vital data for drought management, flood forecasting, and other relevant environmental assessments. The justification highlights UNL's established infrastructure, expertise, and relationships with local landowners as essential factors for ensuring effective project execution and data integrity. Efforts to obtain competition revealed a lack of viable alternative providers, with necessary certification from technical and requirements representatives affirming the decision's appropriateness. The document concludes with a recommendation to proceed with UNL, asserting that any delays in contract continuation would significantly impact federally mandated data collection, which underpins various environmental management initiatives.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Sole Source Justification and Approval (J&A) - UMRB (NDSU)
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is seeking to award a sole source contract to North Dakota State University (NDSU) for the establishment of a monitoring network focused on soil moisture and snowpack across the Upper Missouri River Basin (UMRB). This initiative, mandated by Congress following the 2011 floods, aims to enhance weather forecasting and water management through the deployment of specialized monitoring stations, leveraging NDSU's unique capabilities and existing infrastructure. The contract is critical for improving river forecasts, drought monitoring, and resource management, ensuring consistent and reliable data for federal and state programs. Interested parties can reach out to Mika N. Mahyenga at mika.n.mahyenga@usace.army.mil or 402-293-6011 for further information.
    Intent to Sole Source - Hydrologic Instruments, Maintenance, and Repair
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers, Rock Island District, intends to procure hydrologic instruments and related maintenance services on a sole source basis from YSI Incorporated. The procurement includes water quality monitoring sondes, river and stream velocity measurement instrumentation, and stream gaging equipment, along with necessary maintenance, calibration, and repair services to comply with Army regulations. This equipment is crucial for effective water quality monitoring and management, and the contract, valued at approximately $725,000, is expected to be awarded in September 2024, covering a base year and four option years. Interested small businesses may submit capability statements to John Wysocki at john.j.wysocki@usace.army.mil, as no competitive quotes will be solicited.
    Notice of Intent to Sole Source to PerkinElmer U.S. LLC for Preventative Maintenance
    Active
    Agriculture, Department Of
    The Department of Agriculture's Farm Production and Conservation Business Center intends to issue a Sole Source award to PerkinElmer U.S. LLC for preventative maintenance services on three NexION 2000 Model C instruments, including associated accessories and software, for the National Soil Survey Center Research Branch. This procurement is essential for maintaining the operational integrity of critical laboratory equipment, ensuring timely repairs and support, which are vital for the laboratory's research activities. The contract will be executed under the authority of FAR 13.106-1(b) as a commercial acquisition, with no solicitation document available, and interested parties may direct inquiries to Julie Gavin at julie.gavin@usda.gov or Brantt Lindsey at brantt.lindsey@usda.gov.
    F--NOTICE OF INTENT TO AWARD SOLE SOURCE FOR Desoto NWR Bertrand Collection Museum
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) intends to award a sole source contract for the conservation of artifacts from the Bertrand Collection at DeSoto National Wildlife Refuge to the Nebraska Historical Society. This specialized museum conservation work is critical due to the fragility of the artifacts, which necessitates expertise and proximity to minimize risks associated with transportation and handling. The Nebraska Historical Society has been recognized as the only responsible source capable of performing this complex work, having established a trusted relationship with the USFWS and demonstrated consistent quality in artifact care. Interested parties may submit a statement of capabilities to Renee Babineau at reneebabineau@fws.gov, but no telephone inquiries will be accepted. The contract is expected to be awarded under the authority of FAR 6.302-1, with no competitive quotes being solicited.
    Notice of intent to award sole source
    Active
    Dept Of Defense
    Notice of intent to award sole source. The Department of Defense, specifically the Department of the Navy, through the Naval Oceanographic Office, has issued a Special Notice. The notice indicates the intent to award a sole source contract. The details of the service/item being procured are not provided in the document.
    Intent to Sole Source - Acoustic Telemetry Fish Tags and Receivers
    Active
    Dept Of Defense
    Special Notice DEPT OF DEFENSE intends to procure 500 acoustic telemetry fish tags and 8 acoustic receivers from Innovasea Marine Systems Canada Inc. The tags and receivers will be used to supplement existing telemetry tagged fishes in the tailwaters of Lock and Dam 22 on the Mississippi River. The procurement is on a sole source basis and is not open for competitive quotes. Interested small-business firms can submit capability statements by December 14, 2023. The contract will be awarded to Innovasea Marine Systems Canada Inc. The service/item being procured is acoustic telemetry fish tags and receivers, which are used to track and monitor fish species in the Mississippi River.
    NOTICE OF INTENT TO SOLE SOURCE TO UNDERSTANDING AG LLC
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center San Diego, is seeking information from potential sources to support the Regenerative Grazing Proof of Concept project at the Naval Postgraduate School (NPS). The objective is to acquire subject matter expertise to advise, assess, and equip the project, requiring contractors to demonstrate high skill levels and recognized expertise in regenerative agriculture practices. This initiative is crucial for advancing sustainable agricultural practices within military operations. Interested parties must submit their capability statements and complete the attached Market Research Questionnaire by Thursday, August 22, 2024, at 4:00 PM Pacific Standard Time (PST). For further inquiries, contact Noni Arcilla at noni.p.arcilla.civ@us.navy.mil.
    NOTICE OF INTENT TO AWARD SOLE SOURCE
    Active
    Energy, Department Of
    The U.S. Department of Energy (DOE), through its Carlsbad Field Office (CBFO), intends to award a sole source contract to DevonWay Inc. for the provision of oversight management systems that support operations at the Waste Isolation Pilot Plant (WIPP). This procurement is justified under FAR 6.302-1, indicating that only one responsible source can fulfill the agency's requirements, specifically for an integrated oversight management database that enhances communication between DOE field and headquarters. Interested parties who believe they can meet these requirements are encouraged to submit a capability statement by September 23, 2024, although this announcement does not constitute an invitation for proposals. For further inquiries, interested vendors may contact Michael Johnson or Vanessa Lechon via email.
    Notice of Intent to Sole Source - DSCC RI Field Work
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Louisville District, intends to award a sole source contract modification to Jacobs, Inc. for Remedial Investigation work at the Defense Supply Center Columbus (DSCC) in Ohio. This procurement is aimed at completing environmental sampling at four additional sites as part of the Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA) process, following a request from the Ohio Environmental Protection Agency. The opportunity is significant for ensuring compliance with environmental regulations and addressing contamination issues at the site. Interested parties may submit capability statements or proposals for consideration, but must do so within 14 days of the notice, and should direct inquiries to Kari Rogers at kari.a.rogers@usace.army.mil.
    20--Notice of Intent to Sole Source - Sofar Ocean
    Active
    Interior, Department Of The
    The U.S. Geological Survey (USGS) intends to award a sole source five-year contract to Sofar Ocean Technologies for access to the proprietary Spotter Platform, which provides critical marine sensing data. This subscription service includes real-time and historical data from Spotter buoys, which have been utilized by the USGS since 2021, following significant investments in compatible equipment. The estimated annual cost for this service is $35,000, totaling $175,000 over the contract period, with responses to this notice due by September 19, 2023, at 12:00 PM Mountain Time. Interested parties may contact Mindie Dixon at mdixon@usgs.gov or (703) 648-7375 for further information.