Notice to Sole Source- G-1 Front Office and 9/11 Displays
ID: PANMCC25P0000010165Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FT KNOXFORT KNOX, KY, 40121-5000, USA

NAICS

Indoor and Outdoor Display Advertising (541850)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)

Set Aside

SBA Certified Women-Owned Small Business (WOSB) Program Sole Source (FAR 19.15) (WOSBSS)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Mission and Installation Contracting Command at Fort Knox, is seeking a contractor for a sole-source procurement to design, fabricate, and install updated wall displays for the Headquarters of the United States Department of the Army. The objective is to modernize the existing displays in the Pentagon’s Exterior E Ring, which commemorate the history of the U.S. Army and are essential for enhancing morale and understanding among diverse audiences, including military personnel and the general public. The selected contractor, Blair Inc., a certified Women-Owned Small Business, is uniquely qualified due to their previous experience and capabilities, with the contract valued at under $4 million and set to run from May 15, 2025, to May 14, 2026. Interested parties can reach out to Clarence A. Jones at clarence.a.jones6.civ@army.mil or Rodrique O. King at rodrique.o.king.civ@army.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Justification Review for a sole-source procurement contract by the U.S. Army Mission and Installation Contracting Command at Fort Knox, pertaining to the design, production, and installation of Pentagon wall displays. It cites authority under 10 U.S.C. 3204(a)(5) and FAR Part 6.302-5, allowing for other than full and open competition due to the unique capabilities of the incumbent vendor, Blair Inc., a women-owned small business (WOSB). The previous contract was terminated due to government delays, necessitating a new contract to maintain continuity and meet aesthetic requirements for the displays. Market research showed limited competition, as other vendors lacked the necessary experience and capabilities, solidifying Blair Inc. as the only viable contractor. The document includes certifications from various officials affirming the accuracy of the justification and that the anticipated costs will be fair and reasonable. The performance period for this new firm fixed price contract is set from May 15, 2025, to May 14, 2026, with an estimated value under $4 million.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Patton Hall New Strategic Engagement Platform Joint Base Myer-Henderson Hall, Virginia
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking industry participation for the construction of the Patton Hall New Strategic Engagement Platform at Joint Base Myer-Henderson Hall, Virginia. This procurement will utilize a Design-Build to Budget (DB2B) approach, focusing on innovative solutions that optimize quality, scope, and life-cycle costs while adhering to a specified budget. The project is significant for enhancing engagement capabilities and includes the demolition of Building 214 while preserving the historic Jailhouse. Interested parties are encouraged to attend an Industry Day on November 7, 2025, to gain insights into the project and procurement strategy, with feedback on the event due by December 24, 2025. For further inquiries, contact Robert Ferebee at robert.l.ferebee@usace.army.mil or Tamara Bonomolo at tamara.c.bonomolo@usace.army.mil.
    Notice of Intent to Sole Source for construction and renovation of Building 4517 at Seymour Johnson AFB, NC
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers Louisville District, is seeking to procure construction and renovation services for Building 4517 at Seymour Johnson Air Force Base in Goldsboro, North Carolina. The project includes a sole-source requirement for the Best Coremax Keying System and various Furniture, Fixtures, and Equipment (FF&E) items, with specific part numbers and detailed descriptions provided for each item. This procurement is critical for enhancing the operational capabilities of the facility, ensuring that all products are made in the USA. Interested parties must submit a capability statement to Ethan Phillips at ethan.s.phillips@usace.army.mil by 1:00 PM ET on December 26, 2025, to be considered for this opportunity.
    PIER/RAIL Repair Kits - J&A Redaction
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is planning to award a sole-source contract for PIER/RAIL Repair Kits to Edwards Design and Fabrication Incorporated (EDFI). This procurement involves up to 130 sets of expedient pier repair and off-loading ramp kits, with a total contract value of $10.3 million over five years, funded by FY2022 and FY2023 RDT&E and OPA funds, to support operational needs for the United States Indo-Pacific Command (USINDO-PACOM) and United States European Command (USEUCOM). EDFI has been the sole provider of these kits since 2016, leveraging its unique expertise and proprietary manufacturing processes, which are critical to avoiding significant delays and costs associated with qualifying alternative sources. Interested parties can reach out to Asoma A. Al Najjar at asoma.a.alnajjar.civ@army.mil or Jeffrey B. Yeager at jeffrey.b.yeager2.civ@army.mil for further information.
    PATTON HALL NEW STRATEGIC ENGAGEMENT PLATFORM, JOINT BASE MYER-HENDERSON HALL, VA.
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Baltimore District, is seeking industry feedback for the design and construction of the Patton Hall New Strategic Engagement Platform at Joint Base Myer-Henderson Hall, Virginia. This project involves the demolition of the existing Patton Hall, which is beyond repair, and the construction of a new 70,600 square foot facility that will serve as a state-of-the-art conference and event center, adhering to various standards including antiterrorism measures, ADA compliance, and LEED Silver certification. Interested parties are encouraged to review the attached draft RFP and submit their feedback, with a response deadline of January 10, 2026, to the primary contact Robert Ferebee at robert.l.ferebee@usace.army.mil or secondary contact Tamara Bonomolo at tamara.c.bonomolo@usace.army.mil.
    Reconstruction of Thayer Hall at the United States Military Academy, West Point, New York
    Dept Of Defense
    The U.S. Army Corps of Engineers, New England District, is seeking capabilities from both Small and Large Businesses for the reconstruction of Thayer Hall, a General Instruction Facility at the United States Military Academy in West Point, New York. This significant project, estimated to exceed $500 million, is part of the Academic Building Upgrade Program aimed at modernizing academic facilities and addressing a critical shortage of instructional space. The scope includes the demolition of a 1955 addition, rehabilitation of the original 1911 structure, and the construction of a modern facility that will house various academic, administrative, and support spaces, along with updated building systems and site improvements. Interested firms must submit their responses, including qualifications and experience, by January 2, 2026, to Brian Mannion at brian.t.mannion@usace.army.mil.
    Pre-notice of forth coming solicitation
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is preparing to solicit bids for the construction of a non-standard, mission-specific Guided Missile Radar Antenna Maintenance Facility at Letterkenny Army Depot, Pennsylvania. This facility, approximately 4,928 square feet, will include an anechoic chamber, administrative and support spaces, and various systems such as fire protection, intrusion detection, and sustainable design features. The project is significant for enhancing military capabilities and ensuring compliance with Department of Defense standards, with an estimated contract value between $5 million and $10 million. Interested contractors should note that the solicitation is anticipated to be released on July 21, 2025, and can contact Tonja Dreke at tonja.j.dreke@usace.army.mil or Jeffrey Johnson at jeffrey.c.johnson@usace.army.mil for further information.
    Request for Information (RFI)-- Modular Protection System
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Engineer Research and Development Center (ERDC), is conducting a Request for Information (RFI) to identify potential vendors capable of fabricating and delivering a Modular Protection System-Overhead Cover (MPS-OHC). The procurement involves the fabrication of one 5 ft x 60 ft steel section to be delivered to Vicksburg, MS, along with up to four 60 ft x 80 ft kits, including necessary accessories packaged in 20 ft ISO containers for delivery to Guam. This project is critical for enhancing operational capabilities and requires extensive steel fabrication expertise, including welding, plasma cutting, and assembly of various structural components. Interested vendors must submit their responses, including company information and capabilities, by 3:00 PM Central Standard Time on January 2, 2026, to Jennifer Hoben at Jennifer.Hoben@usace.army.mil and David Ammermann at David.G.Ammermann@usace.army.mil.
    SYNOPSIS-Furniture Building Lincoln, Design and Install requirement
    Dept Of Defense
    The Department of Defense, through the Mission and Installation Contracting Command Installation Contracting Office in West Point, NY, is seeking small businesses to fulfill a requirement for the design and installation of furniture for Building Lincoln. This procurement aims to provide institutional furniture, which is essential for the operational functionality and aesthetics of military facilities. The solicitation is expected to be released in electronic format around the week of December 15, 2025, and interested parties must ensure they are registered as small businesses to be eligible for award. For further inquiries, potential bidders can contact Ignacio Cordova at ignacio.j.cordova2.civ@army.mil or by phone at 520-687-8204.
    Special Notice - Fort Moore Job Order Contract (JOC)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is announcing a Special Notice for the Fort Moore Job Order Contract (JOC), now identified as W5168W25RA013, which will be executed at Fort Benning, Georgia, and surrounding locations. This procurement aims to secure services for commercial and institutional building construction, focusing on the repair or alteration of miscellaneous buildings. The contract is set aside for small businesses, emphasizing the importance of fostering small business participation in federal contracting opportunities. Interested parties should note that the anticipated solicitation date is May 23, 2025, and can reach out to Deidra Hicks at deidra.l.hicks.civ@army.mil or Christopher Weber at christopher.weber11.civ@army.mil for further inquiries.
    TOG Colonial Uniform
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide historically accurate Colonial uniforms for the 3rd U.S. Infantry Regiment (The Old Guard), including the Fife and Drum Corps and Commander-in-Chief's Guard. The procurement involves the supply of 740 sets of uniforms, which include red and blue greatcoats, ivory waistcoats, and ivory breeches, all crafted to reflect the style and craftsmanship of the Revolutionary War era for ceremonial duties and educational outreach. This initiative underscores the Army's commitment to honoring its historical roots through visual representation. Interested parties are encouraged to submit information regarding their capabilities by January 11, 2026, with the primary contacts being MAJ Paul Kilgore at paul.m.kilgore.mil@army.mil and MAJ Tavon Cooper at tavon.m.cooper.mil@army.mil. The anticipated contract type is Firm Fixed Price, and the period of performance is 180 days from contract award, with delivery to Fort Myer, Virginia.