Notice of Intent to Sole Source-UPS Domestic Ground and Express Delivery Package Services
Type: Special Notice
Overview

Buyer

PEACE CORPSPEACE CORPSPEACE CORPS OACMWASHINGTON, DC, 20526, USA

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRANSPORTATION: STEVEDORING (V114)
Timeline
    Description

    Notice of Intent to Sole Source-UPS Domestic Ground and Express Delivery Package Services

    The Peace Corps, Office of the Chief Financial Officer, Acquisition and Contract Management, on behalf of the Office of Post Logistics and Support Division, intends to award a sole-source fixed price modification via purchase order # 1145PC23F0215 to United Parcel Service (UPS) for additional domestic ground and express package delivery services. UPS is a transportation and logistics leader, offering innovative delivery solutions, and operates in more than 200 countries and territories. They provide domestic ground and express package delivery services to Peace Corps.

    This procurement is being conducted under FAR 16.505(b)(2)(i)(C), which allows for a sole-source order in the interest of economy and efficiency. The order is a logical follow-on to an order already issued under the contract, and all awardees were given a fair opportunity to be considered for the original order.

    This notice is not a request for competitive quotes or a solicitation of offers. However, the Government will consider written responses from all responsible sources received by 11:00 am Washington, DC local time, March 15, 2024. Written responses must include sufficient information to establish capability to fulfill the requirement. Oral communications are not acceptable in response to this notice.

    Please email any quotation/response to the contracting Officer at cgardner@peacecorps.gov.

    Point(s) of Contact
    Files
    No associated files provided.
    Similar Opportunities
    Notice of Intent to Sole Source Retrograde Pouch Airfreight Services for U.S. Embassy in Harare, Zimbabwe
    Buyer not available
    The Department of State intends to award a sole-source contract for Retrograde Pouch Airfreight Services to Airline Cargo Partners (Qatar Airways) for the U.S. Embassy in Harare, Zimbabwe. This procurement, authorized under NAICS code 481112, is based on the determination that only one responsible source can meet the agency's requirements, as outlined in 41 USC 253(c)(1) and FAR Part 6.302-1. The services are critical for the efficient transportation of diplomatic materials and are expected to last up to six months. Interested parties may submit capability statements or proposals for consideration, with inquiries directed to Roderick Byrd, the Contracting Officer, at hararegsoprocurement@state.gov or by phone at 23608677011000.
    Notice of Intent to Sole Source Prograde Unclassified Pouch for U.S. Embassy in Harare, Zimbabwe
    Buyer not available
    The U.S. Department of State intends to award a sole source contract for Prograde Pouch Airfreight Services to Airline Cargo Partners (Qatar Airways) for the U.S. Embassy in Harare, Zimbabwe. This procurement is justified under the authority of 41 USC 253(c)(1) and FAR Part 6.302-1, as Qatar Airways is deemed the only responsible source capable of fulfilling the unique requirements of this contract, which is expected to last up to six months. The services are critical for the secure and efficient transportation of diplomatic materials, ensuring the operational integrity of the embassy. Interested parties may submit capability statements or proposals for consideration, with inquiries directed to Contracting Officer Roderick Byrd at Hararegsoprocurement@state.gov or by phone at +2638677011687.
    Notice of Intent to Sole Source - One Way Cables
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's C5I Service Center, intends to award a sole source contract for the procurement of One-Way Cables, 10' (120"), to PROLOGIC, INC DBA Ultra Intelligence and Communications. These cables are critical for establishing secure communications by interconnecting SIPRNet workstations with the Key Management Infrastructure Management Client equipment, which is essential for transferring classified materials. The anticipated award date for this contract is May 15, 2025, with a delivery date expected by June 15, 2025. Interested vendors are encouraged to submit their capabilities and qualifications to the designated contacts, Brianna Riffle and Mark Rushing, by 10:00 AM EST on May 15, 2025, to be considered for this procurement.
    Eaton UPS Service Life Extension Program
    Buyer not available
    The Department of Defense, specifically the NAVSUP Fleet Logistics Center Norfolk, intends to award a sole source contract for the Eaton UPS Service Life Extension Program to Eaton Corporation. This procurement aims to secure specialized services related to the maintenance and extension of the service life of Uninterrupted Power Supply (UPS) systems, which are critical for ensuring continuous power supply in military operations. The contract will be awarded under the authority of 41 U.S.C. 3304(b)(2), indicating that only one responsible source can meet the agency's requirements. Interested parties may submit quotes for consideration, and inquiries should be directed to Amy Barnes at amy.m.barnes14.civ@us.navy.mil or by phone at (564) 226-1893.
    Intent to Sole Source Subscription Renewal
    Buyer not available
    The Defense Logistics Agency (DLA) intends to award a Sole-Sourced Firm Fixed Price Contract to Oil Price Information Service (OPIS) for the renewal of a subscription that provides essential market data and reports related to energy pricing. This subscription includes access to various reports such as the OPIS Time Series - Rack Subscription, OPIS Wholesale Rack Report, and OPIS Jet Contract Report, which are critical for DLA Energy's operational decision-making and analysis. The contract will cover a delivery period of twelve months, from July 1, 2025, to June 30, 2026. Interested parties may challenge this sole-source decision by submitting written information to the provided email address, with the determination to compete resting solely with the Government. For further inquiries, contact Crystal Dillard at crystal.dillard@dla.mil or Cynthia Lopez at Cynthia.1.Lopez@dla.mil.
    Notice of Intent Class J&A Single Source Trash Refuse Services
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Walla Walla District, intends to award a sole source contract for trash refuse services to Sanitary Disposal Services Inc. This contract will cover monthly trash removal services, including the emptying and hauling of trash from containers for disposal at approved sites across several counties in Washington and Oregon, as well as Clearwater County in Idaho. The services are critical for maintaining cleanliness and compliance with waste management regulations in the areas serviced, where limited competition exists due to regulatory certifications. Interested parties must submit their expressions of interest in writing to the primary contact, Sara Edwards, at sara.edwards@usace.army.mil by 8:00 AM Pacific Standard Time on March 14, 2025, as no formal RFP will be issued.
    Notice of Intent to Sole Source - Human Subjects Protection Personnel Management and Support Services for USAMRDC OHARO
    Buyer not available
    The Department of Defense, through the United States Army Medical Research Acquisition Activity (USAMRAA), intends to award a sole source contract to General Dynamics Information Technology (GDIT) for Human Subjects Protection Personnel Management and Support Services. This contract, lasting approximately eight months, is essential for ensuring compliance with various regulations governing human subjects research, as the USAMRDC requires specialized support services to maintain oversight and adherence to established protocols. Interested parties must submit their capabilities in writing to Alana M. Sowers at alana.m.sowers.civ@health.mil by 11:59 am EDT on May 26, 2025, to be considered for future competitive procurement opportunities.
    Notice of Intent to Sole-Source - Engineering, Maintenance, and Testing Support (EMTS) Services
    Buyer not available
    The Department of Defense, specifically the Marine Corps Systems Command, intends to award a sole-source contract for Engineering, Maintenance, and Testing Support (EMTS) Services to Vectrus Systems LLC, based in Colorado Springs, CO. This procurement aims to provide specialized services for the Advanced Amphibious Assault Vehicle (AAV) and Advanced Combat Vehicle (ACV) Family of Vehicles, focusing on vehicle testing, development, maintenance, and configuration support to enhance operational availability. The requirement emphasizes the need for a local facility within a 50-mile radius of the Program Office in Quantico, VA, to address emergent engineering design solutions and resolve operational issues effectively. Interested parties may submit capability statements by email to the designated contacts, Jacob Garner and Shanna Laging, by May 14, 2025, at 9:00 AM EST, although this notice does not constitute a request for proposals.
    Diplomatic Post Office (DPO) Mail and Diplomatic Pouch Pick-up and Delivery Services US Embassy Ljubljana, Slovenia
    Buyer not available
    The U.S. Department of State, through the U.S. Embassy in Ljubljana, Slovenia, is seeking qualified vendors to provide Diplomatic Post Office (DPO) mail and diplomatic pouch pick-up and delivery services. The contract will cover services from July 1, 2025, to June 30, 2026, with options to extend for up to four additional years, and includes managing both incoming and outgoing shipments, customs clearance, and transportation to and from the embassy and Ljubljana International Airport. This procurement is crucial for supporting the embassy's diplomatic operations and ensuring efficient logistical services while adhering to federal regulations. Interested vendors must submit their quotations electronically by May 28, 2025, at 13:00, and are required to complete several forms, including the SF-18 and DEI Certification, while ensuring registration in the System for Award Management (SAM) database. For further inquiries, vendors can contact Marijan Kruhar at KRUHARM@STATE.GOV or the Ljubljana Procurement Team at LjubljanaProcurement@state.gov.
    7B22--Intent to Sole Source - Scriptpro Software Upgrade (Pharm)
    Buyer not available
    The Department of Veterans Affairs intends to sole-source a contract for a software upgrade and maintenance services from ScriptPro USA Inc. This procurement is necessary due to the proprietary nature of ScriptPro's software, which is essential for servicing their specialized systems, and the vendor's policy against allowing third-party vendors to perform maintenance or updates. The contract will ensure the continued functionality and support of critical software used in Veteran healthcare services, adhering to FAR guidelines for single-source solicitation under NAICS code 513210. Interested parties may express their capability by submitting quotations by May 15, 2025, to George Cochran at george.cochran@va.gov, although competition is not anticipated, and the government reserves the right to disregard responses if deemed unnecessary.