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 - Data Management Services (MCC Evidence Platform)
    Millennium Challenge Corporation
    The Millennium Challenge Corporation (MCC) intends to solicit and negotiate a sole-source contract for Data Management Services related to the MCC Evidence Platform, specifically with the existing vendor, ICPSR. The procurement aims to ensure continuity and efficiency in managing the platform, as transitioning to a new vendor would incur significant costs and delays due to the complexities involved in redesigning and migrating data, as well as necessary IT security assessments and staff training. Interested parties may submit a capability statement or quotation within 14 days of this notice, with responses due by 12:00 PM ET on December 22, 2025, directed to Walter Pemberton and Jacqueline Naranjo via email, as phone inquiries will not be accepted.
    UPS SERVICE
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Puget Sound, is seeking qualified contractors to provide servicing for Uninterrupted Power Supply (UPS) units on a John Lewis Class Ship. This procurement is a firm fixed price supply contract, anticipated to be posted around December 18, 2025, with a closing date on or about December 22, 2025. The UPS units are critical for ensuring reliable power supply on naval vessels, underscoring their importance in maintaining operational readiness. Interested parties must register on the SAM.gov website and direct any inquiries to Jeremy Wells at jeremy.a.wells.civ@us.navy.mil, as no telephone or fax requests will be accepted.
    SOLE SOURCE - UPS MAINTENANCE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure maintenance services for Uninterruptible Power Supplies (UPS) on a sole source basis. This procurement is justified under the category of maintenance, repair, and rebuilding of instruments and laboratory equipment, indicating the critical nature of these services for operational continuity. The maintenance of UPS systems is vital for ensuring reliable power supply in various defense operations, thereby supporting mission readiness. Interested parties can reach out to Christina Staggs at christina.l.staggs.civ@us.navy.mil for further details regarding this opportunity.
    Notice of Sole Source
    Commerce, Department Of
    The Department of Commerce is announcing a sole source procurement for IT services, indicating that the contract will be awarded to a single vendor without a competitive bidding process. This decision is based on the authority granted under FAR 8.405-6(a)(1)(i)(B), which allows for such actions when only one source is deemed capable of fulfilling the requirements. The procurement is critical for supporting the department's management operations, and all inquiries regarding this opportunity should be directed to Lauren Gueye at lgueye@doc.gov, as telephone inquiries will not be accepted. The place of performance for this contract will be in Washington, DC, and further details can be found in the attached justification document.
    Notice of Intent to Sole Source - mLINQS
    Commerce, Department Of
    The U.S. Department of Commerce (DOC) intends to negotiate a sole-source contract with MLINQS, LLC for the continued use of its relocation software, mLINQS, which is essential for facilitating travel relocation services for DOC employees. This acquisition will involve a one-year base contract with four additional one-year priced options, following the existing GSA schedule contract GS-33F-0007U. The mLINQS software is crucial for standardizing relocation processes across various bureaus within the DOC, ensuring compliance with federal regulations and enhancing operational efficiency. Interested parties may submit responses within 15 days of this notice to challenge the sole-source determination, with inquiries directed to Cameron Brooks and Brandon Harrell via their provided email addresses.
    Intent to Sole Source: LegisPro BillCompare Licenses from Xcential Corporation
    Library Of Congress
    The Library of Congress intends to award a sole source contract to Xcential Corporation for LegisPro BillCompare licenses, as outlined in their notice of justification. This procurement aims to secure specialized software as a service that is critical for legislative comparison and analysis, which supports the Library's operational needs. The contract is expected to enhance the Library's capabilities in managing legislative documents effectively. Interested parties may submit a capability statement or proposal to the designated contacts, Quinn Cartheuser and Michael Schuman, by May 19, 2023, at 5 PM ET for consideration in the acquisition strategy.
    Notice of Intent to Sole Source - S&P Global
    International Trade Commission, United States (duns # 02-1877998)
    The U.S. International Trade Commission (USITC) intends to award a sole source contract to S&P Global, Inc. for annual subscriptions to the Chemical Economic Handbook (CEH) and the Directory of Chemical Producers (DCP). This procurement aims to secure comprehensive and reliable global data on the chemicals industry, including critical information on supply chains, trade, and production capabilities, which are essential for the USITC's mission. The CEH and DCP provide unique, in-depth data that is not available from any other vendor, making them vital resources for the agency's analysis and research services. The contract will cover a base year from January 1, 2026, to December 31, 2026, with two optional one-year extensions. Interested parties may submit information to Meaghann Peak at meaghann.peak@usitc.gov within five days of this notice, although this announcement is not a request for competitive proposals.
    Notice of Intent to Sole Source - Accenture Federal Services, LLC BSS
    Commerce, Department Of
    The U.S. Department of Commerce (DOC) intends to award a sole-source contract to Accenture Federal Services, LLC for ongoing support of the Commerce Business Systems (CBS) and Core Financial System (CFS) applications. This contract will be structured as a one-year base period with three six-month priced options, leveraging Accenture's unique expertise and institutional knowledge gained from their incumbency in the CBS/CFS Program. The services provided are critical for maintaining the financial management and accounting capabilities essential to DOC operations, especially as the department transitions to a new Business Applications Solution (BAS) project set for completion in 2026. Interested parties may submit responses within 15 days of this notice to the primary contacts, Cameron Brooks and Brandon Harrell, via email, although no solicitation package is available.
    Intent to Sole Source ARMAG Relocation
    Consumer Product Safety Commission
    The Consumer Product Safety Commission (CPSC) intends to negotiate a sole source contract with ARMAG Corp. for the relocation of two double wide ARMAGs from the Blossom Point Research Facility in Welcome, MD, to the Summit Point Training Facility in Summit Point, WV. The procurement is necessary as ARMAG Corp. is the sole manufacturer qualified to disassemble and reassemble the explosion-proof magazines while ensuring compliance with ATF regulations. Interested parties may submit capability statements to demonstrate their ability to meet this requirement, with responses due by 12 PM Eastern Time on January 7, 2026. For further inquiries, contact Derrick Braswell at dbraswell@cpsc.gov or Cassandra Sterba at csterba@cpsc.gov.
    NOTICE OF INTENT TO AWARD A SOLE SOURCE
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, intends to award a sole source contract to ICF Incorporated, LLC for Programmatic Environmental Impact Statement Services related to the revision of 36 CFR 228A. This procurement aims to leverage ICF's prior work on the regulation revision, which included the production of a draft PEIS, to efficiently complete the environmental compliance necessary for issuing the revised regulations. Given ICF's unique expertise and familiarity with the existing documents and administrative records, they are deemed the only reasonable source capable of meeting the expedited delivery requirements. Interested parties may express their interest and capability by March 23, 2023, at 3:00 PM (EST), and should direct inquiries to Joe Libbey at joe.libbey@usda.gov or Josh Choi at josh.choi@usda.gov.