NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT: ARJIS
ID: N002441301188Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR SAN DIEGOSAN DIEGO, CA, 92136, USA

NAICS

Investigation and Personal Background Check Services (561611)
Timeline
    Description

    The Department of Defense, specifically the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center San Diego, intends to award a sole source contract to the San Diego Association of Governments for access to the Automated Regional Justice Information System (ARJIS). This contract is essential for the Naval Consolidated Brig Miramar (NCBM) to renew its access to critical criminal history databases necessary for conducting background checks on inmates, visitors, and staff, ensuring compliance with standard law enforcement practices. The ARJIS system has been in operation since 1990, providing unique services that are vital for the safety and proper classification of inmates in the San Diego area. Interested vendors must submit capability statements by 2:00 PM Pacific Standard Time on September 9, 2024, to Brenna Bronder at brenna.m.bronder.civ@us.navy.mil, as no competitive proposals will be accepted.

    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Environmental Systems Research Institute, Inc. (ESRI), ArcGIS Geospatial Software
    Active
    Dept Of Defense
    Special Notice: DEPT OF DEFENSE, DEPT OF THE NAVY intends to award a sole source contract to Environmental Systems Research Institute, Inc. (ESRI) for the annual renewal of ArcGIS software licenses. The licenses are used by the Naval Post Graduate School for academic instruction and research in Computer Science, Space Systems, and the Graduate School of Engineering and Applied Sciences. ArcGIS is a geospatial and map making/modeling software that provides spatial analysis and modeling features. The contract will be a firm fixed price contract and the anticipated award date is on or before the end of January 2024. The place of delivery is Naval Post Graduate School in Monterey, CA. Interested sources must submit a capability statement by November 17, 2023, demonstrating their ability to provide the licenses and proof of being an authorized distributor.
    USS GREENBAY (LPD-20) LLTM Runway Beam Assembly
    Active
    Dept Of Defense
    The Department of Defense, through the Southwest Regional Maintenance Center (SWRMC), intends to award a sole source purchase order for Long Lead Time Material (LLTM) Runway Beam Assembly for the USS GREENBAY (LPD-20). This procurement specifically requires components for the overhaul of the well deck bridge crane assembly, including one runway beam assembly and six packing assemblies, with a delivery deadline set for February 18, 2026, to a designated location at the U.S. Naval Station in National City, California. The selected vendor, Jered LLC/ PAR Systems LLC, is the original equipment manufacturer and the only authorized source for these parts, which are critical for maintaining the operational readiness of the naval vessel. Interested vendors must submit their capability documentation via email to Valerie Manguiob and Cynthia Urias by 11:00 PM (PST) on September 18, 2024, ensuring their certifications in the System for Award Management are current and active.
    Notice of Intent - Sole source
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), intends to procure CRNAV membership services from Marin, the Marine Institute of the Netherlands, on a sole-source basis for the period of October 1, 2024, to September 30, 2025. This procurement aims to secure a one-year membership in the Cooperative Research Navies (CRNAV) Group, which is crucial for enhancing naval ship stability criteria and providing operational guidance during heavy weather training. The contract will utilize Simplified Acquisition Procedures and is limited to Marin due to its role as the designated coordinator for CRNAV support, with key deliverables including updates on FREDYN software and coordination assistance for technical groups. Interested vendors must submit a capabilities statement by September 20, 2024, and inquiries should be directed to Steven Besanko at steven.besanko@navy.mil.
    Intent to Sole Source to Terabase Corporation
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Supply Systems Command San Diego, intends to award a sole source contract to Terabase Corporation for the procurement of the LogiQuest Simultaneous User License with AEL/APL Data Add-on (PN LQGS-03). This procurement is essential for enhancing logistical capabilities on naval vessels, allowing personnel to independently manage part and configuration issues without external support, thereby streamlining military operations. The justification for this sole source procurement emphasizes the need for compatibility with existing systems and the avoidance of delays and duplication of costs, as the LogiQuest system offers unique functionalities not available in current government systems. Interested parties capable of meeting the requirements must submit their capability statements by September 23, 2024, at 11:00 AM PST to Chelsey Hernandez-Guevara at chelsey.l.hernandez-guevara.civ@us.navy.mil.
    SOURCES SOUGHT FOR IDIQ JOC UNDER NAICS CODE 238990 - OTHER SPECIALTY TRADE PROJECTS AT VARIOUS GOVERNMENT FACILITIES LOCATED WITHIN THE METROPOLITAN SAN DIEGO (NB SAN DIEGO, POINT LOMA, CORONADO & MCAS MIRAMAR), CA AOR
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC Southwest), is seeking qualified small businesses for an Indefinite Delivery Indefinite Quantity (IDIQ) Job Order Contract (JOC) focused on construction projects at various government facilities in the Metropolitan San Diego area, including Naval Bases San Diego, Point Loma, Coronado, and Marine Corps Air Station Miramar. The procurement aims to identify contractors capable of performing new construction, repair, and renovation projects, with a total estimated contract value of $99 million over a base period of 24 months and an option for an additional 36 months. Interested contractors must provide detailed information regarding their business classifications, bonding capacities, relevant project experience, and safety metrics, with responses due by September 30, 2024. For further inquiries, interested parties can contact Heather L. Race at heather.l.race.civ@us.navy.mil.
    D--Justification and Approval for Award of N6247017C6000 to Accompany Notice of Intent to Sole Source Posted 15 June 2017
    Active
    Dept Of Defense
    Special Notice DEPT OF DEFENSE DEPT OF THE NAVY intends to award a sole source contract to National Institute of Building Sciences (NIBS) for the Design Review and Checking System (DrChecks) and Bidder Inquiry applications. These applications are part of ProjNet, a suite of secure, on-demand, design review, inquiry and comment, issue resolution, communications, and document archiving tools managed by NIBS. The contract is authorized by Public Law 93-383 and is not open for competitive procurement. The anticipated award date is 30 June 2017.
    N66001-24-Q-6412 - Notice of Intent to Sole Source to L3 Harris Technologies Inc.
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Center Pacific (NIWC Pacific), intends to award a Firm-Fixed-Price (FFP) purchase order on a noncompetitive basis to L3 Harris Technologies Inc. for the procurement of Web Data Services (Area-Centric) – Data Feed, specifically designed for 60 users. This procurement is critical for providing Automatic Identification System (AIS) licenses that support the SEAVISION Common Operational Picture (COP), which will be utilized by various U.S. Navy Maritime Operations Centers, the Department of Transportation, the United States Coast Guard, and 113 partner countries for enhanced maritime situational awareness. Interested parties may express their capabilities and interest by contacting Corbin Walters at corbin.c.walters.civ@us.navy.mil by September 25, 2024, at 2:30 P.M. PST, although this notice is not a request for quotes and the government retains discretion over the procurement process.
    IVER AUTONOMOUS UNDERWATER VEHICLE MATERIALS AND MAINTENANCE SERVICE
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center San Diego, intends to award a sole source contract for IVER Autonomous Underwater Vehicle (AUV) materials and maintenance services to L3Harris. The objective of this procurement is to sustain a fully operational inventory of IVER AUVs, which are critical for conducting surveys that support intelligence preparation and provide tailored meteorology and oceanography forecasts for operational mission planning. The anticipated award date for this contract is on or before September 5, 2024, and interested parties must submit their capability statements by 8:00 AM Pacific Standard Time on that date to Charles E. Bruce at charles.e.bruce2.civ@us.navy.mil, as no competitive proposals will be accepted.
    Special Notice For Sole Source ProQuest
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Supply Systems Command Fleet Logistics Center Norfolk, intends to award a Sole Source Purchase Order to ProQuest for Library Web Database Services. This procurement will utilize Simplified Acquisition Procedures under FAR Part 13 and will be conducted as Other Than Full and Open Competition, as permitted by FAR 6.302-1. The services are critical for supporting the Navy's library and archival needs, ensuring access to essential information resources. The anticipated award date for this contract is September 16, 2024, and any challenges to this sole source must be submitted in writing to Sarah Schultz at sarah.p.schultz.civ@us.navy.mil for consideration.
    Wicks and Wilson C-400 Series Aperture Scanner Services
    Active
    Dept Of Defense
    Special Notice: DEPT OF DEFENSE - DEPT OF THE NAVY is seeking Wicks and Wilson C-400 Series Aperture Scanner Services. These services are intended for Southwest Regional Maintenance Center (SWRMC), Code 205C in San Diego, CA. The required services include CM-C400-DMC Depot Level Preventive Maintenance and CM-C400-SMC Annual Software Support for the existing Wicks and Wilson C-400 Series Aperture Scanner. The Crowley Company, the original equipment manufacturer (OEM), is the only authorized source to provide these services. Interested vendors must provide documentation indicating their capability to provide this product or equivalency. Responses must be submitted via email to kaylee.a.dicamillo.civ@us.navy.mil and cynthia.y.urias.civ@us.navy.mil by 3:00 PM, PST, on December 8, 2023.