Notice of Intent to Sole Source
ID: W44W9M419800S9Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW390 MCALESTER ARMY AMMO PLANTMCALESTER, OK, 74501-5000, USA
Timeline
    Description

    Notice of Intent to Sole Source DEPT OF DEFENSE DEPT OF THE ARMY

    The Department of Defense, specifically the Department of the Army, intends to issue a sole source purchase order for XRD 1620 AN20 CS flat panel detector and accessories. This procurement is for use at the McAlester Army Ammunition Plant.

    The XRD 1620 AN20 CS flat panel detector and accessories are used for x-ray image inspection at the McAlester Army Ammunition Plant. The sole authorized supplier for this equipment is VJ Technologies Inc, the original manufacturer of the proprietary x-ray image inspection system and sole owners of the software licensing used at MCAAP. They are the technical experts on service, maintenance, and performance upgrades to the software and integration.

    The purchase order will be awarded under 'other than full and open competition' as authorized by FAR 6.302-1. This means that the procurement will not be open to competitive bidding.

    Please note that this notice is not a request for offers. The Government will determine whether to compete this procurement based on the responses received. The information received will be used to determine whether future competitive procurements will be conducted for this item.

    For more information, please contact Andrea Jones at andrea.jones36.civ@army.mil.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    Notice of Intent to Sole Source
    Active
    Dept Of Defense
    Notice of Intent to Sole Source DEPT OF DEFENSE DEPT OF THE ARMY The Department of Defense, specifically the Department of the Army, has issued a Notice of Intent to Sole Source for the procurement of Communications Security Equipment and Components. This service/item is typically used for ensuring secure communication within military operations. The procurement will be fulfilled by Carahsoft, located at 11493 Sunset Hills Road, Suite 100, Reston, VA 20190. The place of performance for this contract is Fort Eisenhower, GA, with a period of performance from April 24, 2024, through April 23, 2025. The government has determined that Carahsoft is the only responsible source for this requirement, and therefore, a competitive solicitation will not be issued. The procurement will be conducted under Simplified Acquisition Procedures in FAR part 13 and Commercial procedures in FAR part 12. Interested concerns must provide clear and convincing evidence that competition for this requirement would be advantageous to the government. If no affirmative written responses are received by 7:00 am on November 15, 2023, the contract will be awarded without further notice. Oral communications will not be accepted. Please note that this notice is not a request for competitive proposals. The government's decision not to compete this requirement is solely within its discretion.
    Intent to Sole Source CT-40 Purchase to CSECO
    Active
    Dept Of Defense
    The Department of Defense, specifically the Utah Army National Guard, intends to award a sole source contract for the purchase of two CT-40 Contraband Team Inspection Kits from CSECO. This procurement is essential for enhancing contraband detection capabilities, as the kits include specialized tools such as the K910G Density Meter and V20 Videoscope, which are critical for safely executing search warrants and identifying hazardous materials. The CSECO kits are recognized for their effectiveness and are endorsed by law enforcement agencies, underscoring their importance in counterdrug efforts. Interested parties must submit their interest and capability to the contracting officer, Otha Henderson, by September 9, 2024, at 0700 AM (Mountain Time), to be considered for this procurement.
    Intent to Sole Source to North Star Imaging Inc.
    Active
    Dept Of Defense
    The Department of Defense, specifically the Marine Corps Air Station (MCAS) Cherry Point, intends to award a sole source contract to North Star Imaging Inc. for on-site service of an X5000 CT Scanner, which is essential for tube conditioning. This procurement arises from the Fleet Readiness Center East's requirement for specialized maintenance services, with market research indicating that North Star Imaging is the only source capable of fulfilling this need as the original equipment manufacturer. Interested parties may submit a capability statement within five calendar days of this notice, although this is not a request for competitive quotes. For further inquiries, contact Patwanda Brown at patwanda.brown@usmc.mil or Larry Davis at larry.davis1@usmc.mil.
    Notice of Intent to Sole Source -PHOENIX LIDAR SYSTEMS LLC
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, intends to award a sole-source contract to Phoenix Lidar Systems LLC for the procurement of a miniRANGER-3 LITE system, complete with software and accessories, for the 802 Civil Engineering Squadron. This specialized equipment is crucial for search, detection, navigation, and guidance applications, particularly in unmanned aircraft operations. The government is soliciting interest from other potential suppliers, but market research indicates that Phoenix Lidar Systems LLC is the only qualified source capable of fulfilling the requirements. Interested parties may submit their quotes by September 11, 2024, at 12:00 PM CST, and should direct inquiries to Bismark Badu at bismark.badu.3@us.af.mil or call 210-671-1727.
    NOTICE OF INTENT TO AWARD A SOLE SOURCE – POLY INC
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), intends to award a sole source contract to Poly Inc. for the provision of a specialized software tool designed for analyzing and validating Line of Sight (LoS) for live fire training ranges. This procurement is critical for the Range Training Land Program (RTLP), which assists military agencies in the design of training ranges worldwide, necessitating software that is fully compatible with existing engineering applications such as Bentley OpenRoads and Autodesk Civil 3D. The contract will include the delivery of the software within 12 months, along with necessary technical support and training for personnel, ensuring effective utilization of the tool. Interested parties may express their capabilities to respond to this requirement within 15 calendar days of the notice, with inquiries directed to William G. Seelmann at william.g.seelmann@usace.army.mil.
    Notice of Sole Source Intent
    Active
    Dept Of Defense
    The Department of Defense, specifically the Mission and Installation Contracting Command (MICC) at Yuma Proving Ground, Arizona, intends to award a sole source contract to Revvity Health Sciences, Inc. for the maintenance and repair of specialized laboratory equipment. The contract will cover the JANUS G3 Standard and Tri-Carb TR4910 Liquid Scintillation Counter, both of which require proprietary parts and trained technicians for servicing, as Revvity does not permit third-party repairs. The anticipated period of performance for this firm-fixed price contract is from September 17, 2024, to September 16, 2029. Interested firms must demonstrate their technical capabilities by September 9, 2024, and direct inquiries to Damon McLaughlin at damon.j.mclaughlin.civ@army.mil or by phone at 928-328-6285.
    Multiple Support Equipment Items for FMS Czech Ministry of Defense
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division in Lakehurst, New Jersey, intends to issue a Sole Source, Fixed Price contract for multiple support equipment items required by the Czech Republic Ministry of Defense. The procurement includes an Ultrasonic Flaw Detector, an Ultrasonic Transducer Kit, and an Eddy Current Flaw Detector, all of which are critical for the H-1 Program. Evident Scientific is the sole source for these items, as they are the only developer and manufacturer with the necessary technical expertise and data to fulfill the requirements. Interested parties may contact Shelby Weldon at shelby.l.weldon2.civ@us.navy.mil for further information, noting that this notice is not a request for competitive proposals and the government is not obligated to solicit or award a contract.
    Intent to Sole Source- Technical Security Equipment
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection, intends to issue a sole source purchase order for Technical Detection Equipment from Research Electronics International, LLC, based in Cookeville, TN. This procurement is justified under FAR 6.302-1, indicating that only one responsible source can meet the agency's requirements for this specialized equipment. The Technical Detection Equipment is crucial for enhancing security measures and operational effectiveness in border enforcement activities. Interested parties who wish to submit their capabilities must do so via email to Shana Schreiner at shana.l.schreiner@cbp.dhs.gov by 5:00 P.M. EST on September 15, 2024, as no solicitation will be made available.
    NOTICE OF INTENT TO AWARD: Sole Source, Adapt Laser Systems LLC
    Active
    Dept Of Defense
    The Department of Defense, specifically the 673d Contracting Squadron at Joint Base Elmendorf-Richardson in Alaska, intends to award a sole source contract to Adapt Laser Systems LLC for training and maintenance services related to a CL1000 High Power Handheld Laser Ablation System. This procurement is critical as it involves specialized services that can only be provided by the authorized service provider due to the proprietary nature of the equipment. The government has determined that this sole source award is justified under FAR 6.302-1, and interested parties may submit proposals for consideration before the deadline of 2:00 PM AKDT on September 13, 2024. For inquiries, potential bidders can contact SSgt Nimma Thorne at nimma.thorne@us.af.mil or Mr. Zachery Pullen at zachery.pullen.1@us.af.mil.
    Notice of Intent to Sole Source - DIANA Software for USACE IWR - RMC
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) intends to award a sole source firm fixed-price contract for the DIANA software, specifically the "DIsplacement ANAlyzer (DIANA)," which is crucial for risk analysis in dam and levee projects. The procurement aims to secure a one-year lease for the software, with the potential for four additional one-year renewals, supporting essential risk assessments under the National USACE Asset Management Program. The DIANA software is vital for conducting thermal analyses necessary for major construction projects, including the significant Garrison Dam Spillway Modification, with a budget of $6 billion. Interested firms that believe they can meet the requirements are encouraged to submit written notifications to the Contracting Officer within 15 days of this announcement, with the contract period beginning on September 30, 2024, and running through September 29, 2029. For inquiries, contact David A. Kaplan at david.a.kaplan@usace.army.mil or Helen (Kieran) Jacobson at Helen.Jacobson@usace.army.mil.