INTENT TO SOLE SOURCE-Boilerplate Studios
ID: W911SD-25-Q-A009Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMY

NAICS

Geophysical Surveying and Mapping Services (541360)

PSC

PHOTO/MAP/PRINT/PUBLICATION- CARTOGRAPHY (T002)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, has issued a special notice regarding an intent to sole source for services from Boilerplate Studios. The procurement focuses on geophysical surveying and mapping services, which are critical for various military applications, including cartography and terrain analysis. The work is to be performed in West Point, New York, and is categorized under NAICS code 541360 and PSC code T002. Interested parties can reach out to Ignacio Cordova at ignacio.j.cordova2.civ@army.mil or by phone at (520)-687-8204 for further details.

    Point(s) of Contact
    Files
    No associated files provided.
    Similar Opportunities
    GEO JOBE SOFTWARE
    Dept Of Defense
    The Department of Defense, specifically the Naval Information Warfare Center (NIWC) Atlantic, intends to award a Firm Fixed Price purchase order for the GEO Jobe Backup My Org Software. This software is essential for creating maps, analyzing geospatial data, and sharing results to address various challenges. The procurement falls under NAICS code 541519 and PSC code 7A21, highlighting its relevance in the IT and telecom sector for business application software. Interested firms must express their interest and capability to provide the software within five days of this notice, with responses directed to Elizabeth White at elizabeth.k.white9.civ@us.navy.mil. This presolicitation notice is not a request for competitive quotes, and a solicitation will not be posted.
    Blueprint Print Software
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Mission and Installation Contracting Command at Fort Eustis, is seeking sole source professional maintenance services for the proprietary Blueprint print software from PHAROS. This software is critical for all printer functions and is currently malfunctioning, leading to significant work stoppages and security compliance risks. The maintenance services are essential to restore full functionality, administrative reporting, and ensure cyber compliance, with the work to be completed over three consecutive days before the end of the calendar year. Interested parties can contact Stephanie M. Doutt at stephanie.m.doutt.civ@army.mil or William M. Jaeger at william.m.jaeger.civ@army.mil for further details.
    GUIDED MISSILE BUILDING ON SALINAS PEAK, AT WHITE SANDS MISSILE RANGE, SIERRA COUNTY, NEW MEXICO
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the construction of a guided missile building on Salinas Peak at the White Sands Missile Range in Sierra County, New Mexico. This project falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and is classified under the PSC code Y1FB for the construction of recreational buildings. The successful contractor will play a crucial role in supporting military operations by providing essential infrastructure at a key testing and training facility. Interested parties can reach out to Diana Keeran at DIANA.M.KEERAN@USACE.ARMY.MIL or by phone at 505-342-3263 for further details regarding the solicitation process.
    Geothermal Program Coso Steam Flow Verification
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVFAC Systems and Expeditionary Warfare Center, is seeking a contractor for the Geothermal Program Coso Steam Flow Verification project. This procurement involves independent verification of steam flow rates at the Coso geothermal sites in California, requiring the contractor to collect and analyze steam flow samples and report results to the Geothermal Program Office (GPO). The contract will span a base period of one year starting in 2026, with four optional one-year extensions, and is being sole-sourced due to the proprietary nature of the required analysis methods and the need for continuity with historical data. Interested parties can contact Anthony Gonzales at anthony.j.gonzales104.civ@us.navy.mil or John Melvin Papa at johnmelvin.m.papa.civ@us.navy.mil for further details, with the solicitation number N3943026R0004 expected to be posted soon.
    Underground Utilities Locator-recompete
    Dept Of Defense
    The Department of Defense, specifically the Army, is seeking qualified small businesses to provide underground utilities locating services at Fort Stewart and Hunter Army Airfield in Georgia. The primary objective of this procurement is to accurately identify all underground utilities and approve excavation permits for government and private contractors engaged in construction, maintenance, and repair projects. This service is critical for ensuring safety and compliance during excavation activities, thereby preventing damage to existing utilities and facilitating efficient project execution. Interested small businesses, particularly those in socioeconomic categories such as 8(a), SDB, HUBZone, SDVOSB, and WOSB, are encouraged to respond to the Sources Sought Notice by providing their capabilities and relevant experience. For further inquiries, interested parties may contact Shaana Ito at shaana.k.ito.civ@army.mil or Curtis Hanna at curtis.r.hanna.civ@army.mil.
    Notice of Intent to Sole Source
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, intends to issue a sole source purchase order for environmental water and sediment sampling, analysis, and reporting services at the McAlester Army Ammunition Plant. The procurement will utilize simplified acquisition procedures, with Green Country Testing identified as the only authorized supplier capable of ensuring consistent data quality and continuity in laboratory methods and equipment for state-required reporting. This specialized service is critical for maintaining compliance with environmental regulations and ensuring the integrity of sampling data. Interested parties may direct inquiries to Andrea Jones at andrea.jones36.civ@army.mil, noting that this notice is not a request for offers and that the government retains discretion over future competitive procurements.
    Notice of Intent to Sole Source to Brigham Young University
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force at Vandenberg Space Force Base, intends to award a sole source contract to Brigham Young University for the acquisition of sonic boom acoustic monitoring stations and the analysis of measured acoustic data. This procurement aims to address the need for long-term and short-term monitoring of ascent sonic booms and launch noise, utilizing proprietary software that only Brigham Young University possesses, which is essential for processing and analyzing the data collected from Government-owned monitoring stations. The contract is expected to be a firm fixed price for a duration of one year, with a business size standard of $19 million under NAICS code 541690. Interested parties may submit capability statements or proposals by 10:00 AM PST on December 17, 2025, to the primary contacts, SSgt Deywan Hunt and Scott Yeaple, via their provided email addresses.
    Stone and Soil MBPA on Fort Drum
    Dept Of Defense
    The Department of Defense, through the Mission & Installation Contracting Command (MICC) at Fort Drum, New York, is seeking multiple small businesses to establish a Blanket Purchase Agreement (BPA) for stone and soil materials under NAICS code 212312: Crushed and Broken Limestone Mining and Quarrying. The BPA will require suppliers to provide various products, including light and medium stone fill, subbase materials, washed stone, dry rip wrap, railroad ballast, screened topsoil, and pea stone, which are essential for maintaining roads, culverts, parking lots, and grass areas within the Fort Drum cantonment. Interested parties must be registered with the System for Award Management (SAM) and submit their Unique Entity Identifier (UEID) and CAGE Code to the primary contact, Kayla Rogers, at kayla.m.rogers14.civ@army.mil, with a courtesy copy to additional contacts provided in the notice. The BPA will be evaluated annually and may remain in place for up to five years, with considerations for price, socio-economic status, past performance, and technical capabilities.
    SOLE SOURCE – CLEAVERBROOKS BOILER
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure a Cleaver-Brooks boiler under a sole source justification. This procurement is classified under the PSC code 4410 for industrial boilers, indicating the need for specialized equipment essential for naval operations. The justification for this sole source procurement highlights the critical nature of the boiler in supporting the Navy's operational capabilities. Interested parties can reach out to Vanessa Evans at vanessa.m.evans7.civ@us.navy.mil for further details regarding this opportunity.
    NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, intends to award a sole source contract to Top Notch EDM Services, LLC, located in Conroe, Texas, for nondestructive testing (NDT) visual props that will expand the SSBA NDT Training Program across its multiple detachments. This procurement is critical as it aims to provide matching kits for existing training programs, ensuring consistency and effectiveness in training operations. The contract will be executed under Simplified Acquisition Procedures, utilizing Other Than Full and Open Competition due to the unique requirements and circumstances that justify a sole source award. Interested parties may express their interest and submit relevant product information via email to Hannah Lavoie at hannah.e.lavoie.civ@us.navy.mil, as no formal solicitation will be issued.