Auto Express Tolls - San Juan, PR
ID: D-25-CB-0022Type: Special Notice
Overview

Buyer

JUSTICE, DEPARTMENT OFDRUG ENFORCEMENT ADMINISTRATIONHEADQUATERSSPRINGFIELD, VA, 22152, USA

NAICS

Regulation and Administration of Transportation Programs (926120)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- OTHER: OTHER (V999)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The U.S. Department of Justice, Drug Enforcement Administration (DEA), intends to award a sole source contract for Auto Express Toll Fees to Autoridad de Carreteras y Transportacion in San Juan, Puerto Rico. This procurement is necessary to cover toll fees for vehicles belonging to the San Juan Division Office, with the acquisition period set from May 1, 2025, to April 30, 2026. The Autoridad de Carreteras y Transportacion is the exclusive provider of toll tags in the region, justifying the sole source approach due to the lack of alternative vendors. Interested parties can direct inquiries to Donita Hood at Donita.L.Hood@dea.gov, with a total contract value of $44,800 and a deadline for communication set for April 10, 2025, at 1:00 PM EST.

    Point(s) of Contact
    Files
    Title
    Posted
    The document serves as a Sole Source Documentation for a federal procurement process, specifically outlining a sole source acquisition valued at $44,800 for Auto Expreso Toll Fees in Puerto Rico. It identifies the Autoridad de Carreteras y Transportacion as the exclusive provider of toll tags, justifying the lack of competition due to its status as the only authorized vendor for this service. The procurement period is set from May 1, 2025, to April 30, 2026, and supports various governmental divisions in Puerto Rico. It confirms that a Limited Sources Justification is necessary under Federal Acquisition Regulations (FAR) because fewer than three sources were considered. The Contracting Officer declares that the price must be fair and reasonable and ensures the documentation will be made available for transparency on the Governmentwide Point of Entry (SAM.gov). The signatures of the contracting personnel attest to the approval of this procurement process, emphasizing compliance with federal regulations and guidelines. This summary encapsulates the essence of the procurement process, emphasizing its regulatory compliance and the justification for the sole source acquisition.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    Sign and Safety Repairs - Metro, North, and South Regions
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is soliciting bids from certified Small Business Concerns for the "Sign and Safety Repairs - Metro, North, and South Regions" project in Puerto Rico. This project aims to repair signs, guardrails, and other infrastructure damaged by Hurricanes Irma and Maria across 18 municipalities, with an estimated total cost between $15 million and $25 million. The work includes various tasks such as traffic sign assembly, guardrail installation, and cultural resource protection, emphasizing the importance of restoring critical transportation infrastructure. Interested bidders must register in the System for Award Management (SAM) and submit their bids electronically by the specified deadline, with bid documents expected to be available around November 17, 2025. For further inquiries, contact Emily McCleary or C. Shawn Long at EFLHD.Contracts@dot.gov.
    Notice of Intent to Sole Source - South Texas Transportation
    Homeland Security, Department Of
    The Department of Homeland Security (DHS), through the U.S. Immigration and Customs Enforcement (ICE), intends to award a sole source modification to G4S Secure Solutions, Inc. for the operation and management of transportation and protection of detainees primarily in southern Texas. This modification will be made under the authority of FAR 6.302-1, indicating that only G4S Secure Solutions can fulfill the agency's requirements within the necessary timeframe. The services provided are critical for the enforcement and removal operations of ICE, ensuring the safe and secure transport of detainees. Interested parties may express their interest and capability by emailing Brittany Tobias at brittany.tobias@ice.dhs.gov by 9:00 AM EST on December 22, 2025, with the subject line “Response to Notice of Intent 70CDCR20D00000017– South Texas Transportation Sole Source.”
    X10 Drone Multi-Viewer Live Streaming
    Justice, Department Of
    The Department of Justice, specifically the Drug Enforcement Administration (DEA), intends to award a sole source purchase order for Skydio Multi-Viewer Live Streaming services for X10 Drones to Skydio, Inc. This procurement is necessary due to the proprietary nature of Skydio's software, which is essential for enabling the video streaming capabilities of their drones, making them the only available source for this requirement. The total value of the acquisition is $84,000, covering the period from October 1, 2025, to October 1, 2026, and interested vendors may submit capability statements to the primary contact, Robert Radke, at robert.j.radke@dea.gov, by the specified archive date. This notice serves as a special notice and is not a request for competitive quotations, as the government reserves the right to determine the necessity of competition based on the responses received.
    NOTICE OF INTENT TO SOLE SOURCE - NPMS
    Justice, Department Of
    The Department of Justice, specifically the Drug Enforcement Administration (DEA), intends to award a sole source contract for annual preventative maintenance services for the Negative Pressure Mail Suite (NPMS) at its warehouse facility in Springfield, Virginia. The contract, which will be awarded to American Safe Air, the original equipment manufacturer, includes quarterly preventative maintenance, inspections, and repairs of various components of the NPMS, which is critical for processing incoming mail for bio-hazardous and physical threats. Interested parties who believe they can provide the required services are encouraged to contact Teresa Roshau-Delgado by December 18, 2025, at 10:00 AM EST, as the procurement will follow FAR Part 13 procedures and is not open for competitive quotations.
    VA E-ZPass BPA
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command-Aberdeen Proving Ground (ACC-APG), is seeking to establish a Blanket Purchase Agreement (BPA) for the procurement of Virginia E-ZPass toll charges and associated transponders for the Program Executive Office (PEO) Soldier. This procurement will be conducted on a sole source basis and is intended to span a period of ten years, highlighting the long-term commitment to ensuring efficient transportation solutions for military personnel. The Virginia E-ZPass system is crucial for facilitating travel and relocation for Army personnel, ensuring timely access to necessary toll services. Interested parties can reach out to Kelsey M. Collins at kelsey.m.collins3.civ@army.mil or Ms. Lisa J. Yamakawa at lisa.j.yamakawa.civ@army.mil for further details regarding this opportunity.
    DoD BUS CARRIER APPROVAL By DTMO
    Dept Of Defense
    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.
    Sole Source NOI - ITD-BWCPO VRS ELA 2.0
    Justice, Department Of
    The Department of Justice, specifically the U.S. Marshals Service (USMS), intends to award a sole-source contract to Axon Enterprise Inc. for an Enterprise License Agreement (ELA) related to their Axon Evidence Digital Evidence Management System (DEMS). This procurement is essential for the USMS Office of the Information Technology Division (ITD), Body Worn Camera Program Office (BWCPO), which oversees an agency-wide Body Worn Camera program aimed at enhancing public trust through transparency and accountability. The decision to pursue a sole-source contract is justified under FAR Subpart 6.103-1(a)(b) due to Axon being the sole responsible source and Original Equipment Manufacturer (OEM) of the required products. Interested parties may submit documentation to demonstrate their capability to fulfill the requirement, but the USMS will not be responsible for any costs incurred by respondents. For further inquiries, contact Mikelle Everett at mikelle.everett@usdoj.gov or call 202-819-6034.
    MARKET SURVEY: ELECTRICAL SERVICES TO SUPPLY POWER TO NEW STORAGE TRAILERS AT THE MAST SITE Z FACILITY IN TOA BAJA, PR
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is conducting a market survey to identify qualified electrical contractors for the installation of electrical services to supply power to new storage trailers at the MAST Site Z facility in Toa Baja, Puerto Rico. The project involves installing two electrical circuits, including running approximately 200 feet of conduit, installing a junction box, and providing circuit breakers, all in compliance with the National Electrical Code and local regulations. This initiative is crucial for supporting surveillance infrastructure in Puerto Rico and the U.S. Virgin Islands, with an estimated project cost between $10,000 and $30,000. Interested vendors must submit their statements of interest and capability by 4:00 p.m. Central Time on December 17, 2025, to Stephen Branch at stephen.n.branch@faa.gov, marking their submissions as proprietary as necessary.
    Presolicitation Notice For Subsistence Prime Vendor Support For Puerto Rico
    Dept Of Defense
    The Defense Logistics Agency (DLA) is preparing to solicit offers for Subsistence Prime Vendor support for military and federally funded customers in Puerto Rico, with a solicitation expected to be issued in December 2025. The contract will be a Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contract, requiring the Prime Vendor to supply a wide range of food items, including perishable and semi-perishable products, to various military facilities and visiting U.S. Navy ships in the region. This procurement is crucial for ensuring that authorized DLA customers receive timely and adequate food supplies during military operations and training exercises. Interested vendors should note that the estimated contract value is $32 million, with a maximum potential value of $48 million, and they can find the Request for Proposal (RFP) SPE300-25-R-0015 on the DLA Internet Bid Boards System (DIBBS). For further inquiries, contact Gwen Garcia at gwen.b.garcia@dla.mil or Matt Ligato at matthew.ligato@dla.mil.
    CDLIS Gateway Services and Support Task Order
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Motor Carrier Safety Administration (FMCSA), is issuing a sole-source follow-on task order for CDLIS Gateway Services and Support, awarded to TechAnax LLC. This task order is essential for maintaining continuity of operations for the Commercial Driver’s License Information System (CDLIS) Gateway, which serves as a clearinghouse for CDL information collected by all states and provides access to this data for enforcement users. The contract includes a 12-month base period with two additional 12-month option periods, ensuring ongoing support for this critical system. For further inquiries, interested parties can contact Mark Miller at mark.miller@dot.gov or Sabrina Phillips at sabrina.phillips@dot.gov.