Notice of Intent to Sole Source
ID: W44W9M501600QPType: Special Notice
Overview

Buyer

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

    The Department of Defense, specifically the Department of the Army, has issued a Notice of Intent to Sole Source for a proprietary x-ray system required by the McAlester Army Ammo Plant. The procurement is justified under various Federal Acquisition Regulation (FAR) clauses, emphasizing that only the original manufacturer possesses the specialized expertise necessary to meet the government's stringent requirements. This acquisition is critical to maintaining operational efficiency, as any delay in securing the system could adversely affect government operations. Interested parties can reach out to Andrea Jones at andrea.jones36.civ@army.mil for further information regarding this opportunity.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines the justifications for a sole-source contract acquisition under various Federal Acquisition Regulation (FAR) clauses, addressing brand name restrictions and the unique qualifications of the intended contractor. It emphasizes that the original manufacturer of a proprietary x-ray system is the only source capable of meeting the Government's requirements due to their specialized expertise. In instances of urgency, the document highlights the critical reasons for selecting a specific brand and the potential detrimental impacts on government operations if the request is not approved. The justification process for posting contract actions is also noted, indicating that the brand name restriction exceeds the $30,000 threshold and will therefore be redacted and included with the solicitation. This document serves as a formal record to support a specific procurement process that avoids competition due to the necessity of a singular source, ensuring compliance with established federal procurement regulations.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    Solicitation_Barrel and Front Sight Assembly
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for a five-year Requirements contract to supply estimated quantities of the Barrel and Front Sight Assembly, classified under NAICS code 332994 for Small Arms and Ordnance Manufacturing. This procurement is set aside for small businesses, adhering to FAR regulations, and follows a Firm Fixed Price model with five ordering periods commencing upon award. The goods are critical for military operations, ensuring the availability of essential components for weapon systems. Interested parties must comply with technical data dissemination laws, including obtaining a valid DD 2345 certification, and submit proposals electronically by the specified deadlines. For further inquiries, contact Ryan Nawrocki at ryan.d.nawrocki.civ@army.mil or Elizabeth Levine Welhouse at elizabeth.l.levinewelhouse.civ@army.mil.
    SOLE SOURCE Brand Name WATER JET OMAX MAXIEM 1530 System.
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command, is seeking a sole source procurement for an OMAX MAXIEM 1530 Waterjet Cutting System, intended for use at the Corpus Christi Army Depot in Texas. The procurement requires the contractor to provide a fully assembled system with a cutting area of 120” x 62”, a 40 HP pump, and capabilities for water recycling and solids removal, along with one day of operational training post-installation. This system is critical for standardizing operations and ensuring interoperability within the depot, as extensive market research has confirmed that Phillips Federal Division is the only authorized distributor for OMAX systems to the U.S. government. Interested vendors can contact Terry B. Clark at terry.b.clark4.civ@army.mil or by phone at 361-961-6489 for further details.
    Intent to Sole Source to Gradient Technologies (G.D.O) - W519TC-25-R-0003 - Demil & Disposal of 5in, 6in, 8in, and bulk material containing Explosive D or Comp A-3
    Buyer not available
    The Department of Defense, specifically the U.S. Army Contracting Command, intends to award a sole-source contract to Gradient Technologies for the demilitarization and disposal of various munitions, including 5-inch, 6-inch, and 8-inch projectiles, as well as bulk materials containing Explosive D or Composition A-3. The contract requires the contractor to initiate demilitarization within 18 months of award and complete the process within one year, ensuring compliance with safety and environmental regulations throughout. This procurement is critical for managing excess military ordnance responsibly and aligns with federal initiatives for public safety and environmental stewardship. Proposals are due by March 28, 2025, and interested parties can contact John Fury at john.p.fury2.civ@army.mil for further information.
    Notice Intend to Award Sole Source
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command - Aberdeen Proving Ground (ACC-APG), intends to award a sole source contract for radio and television broadcasting and wireless communications equipment manufacturing. This procurement is aimed at fulfilling specific requirements that are critical for military operations, ensuring effective communication capabilities. The performance of this contract will take place in Arizona, underscoring the strategic importance of the location for the Department of the Army. Interested parties can reach out to Christin Rocker at christin.n.rocker.civ@army.mil or Lynette FairBanks de la Viega at lynette.j.fairbanksdelaviega.civ@army.mil for further inquiries.
    Notice of Intent to Sole Source TRIGA Reactor Console Software Modification
    Buyer not available
    The Uniformed Services University of the Health Sciences (USUHS), part of the Department of Defense, intends to award a sole-source contract to Plantation Productions, Inc. for modifications to the TRIGA reactor console software utilized by the Armed Forces Radiobiology Research Institute (AFRRI). The procurement aims to enhance the proprietary software that is critical for USU's mission of training health professionals dedicated to military and public health services. This specialized software plays a vital role in military medicine and research capabilities, underscoring the importance of effective educational support tools. Interested parties are invited to submit bids if they can demonstrate that competition would be beneficial, with responses due via email by the specified deadline. For further inquiries, contact Christopher White at christopher.white@usuhs.edu.
    Notice of Intent for Use of Brand Name - Monaco Fire Systems
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W071 Endist Seattle office, has issued a Notice of Intent for the use of brand name Monaco Fire Systems. This procurement aims to acquire specialized fire systems that are critical for ensuring safety and compliance in military operations. The goods sought are essential for effective fire protection and management within the specified operational environments. Interested vendors can reach out to Alysha MacDonald at alysha.a.macdonald2@usace.army.mil or call 206-764-3500 for further details regarding this opportunity.
    Extension of Sole Source Contract for Hand Held Imager-Mini Long Range System (HHI-MLR), PIO/Spares, and Repairs
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to extend a sole source contract for the Hand Held Imager-Mini Long Range System (HHI-MLR), along with associated parts, spares, and repair services. This procurement aims to ensure the continued availability and functionality of critical night vision equipment, which plays a vital role in various defense operations. Interested vendors should note that the primary contact for this opportunity is Jamie Wilson, who can be reached at jamie.k.wilson1.civ@us.navy.mil for further inquiries. The presolicitation notice indicates that the procurement falls under NAICS code 334511 and PSC code 5855, focusing on the manufacturing of search, detection, navigation, guidance, and related systems.
    SPE4A825Q0036 - Manual-Conveyance Intelligent Fluorescent Penetrant System
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation, is preparing to issue a sole-source solicitation for a Manual-Conveyance Intelligent Fluorescent Penetrant Inspection System. This procurement aims to acquire one unit of the inspection system, with a contract completion timeline of 200 days after receipt of order (ARO), and includes a comprehensive technical data package detailing design, lubrication, supplies, and labor requirements. The system is crucial for ensuring the quality and safety of metal components, particularly in defense applications. Interested vendors should note that the solicitation is anticipated to be released on February 24, 2025, with a closing date of March 24, 2025. For further inquiries, Roberta Anderson can be contacted at roberta.anderson@dla.mil or by phone at 804-659-8013.
    Notice of Intent to Award Sole Source
    Buyer not available
    The Department of Defense, specifically the Department of the Army, intends to award a sole source contract to Getinge USA for the maintenance and repair of sterilizers and boilers at the Irwin Army Community Hospital located in Fort Riley, Kansas. This contract, which is justified under FAR § 13.106-1(b)(1) due to the unique capabilities of Getinge USA as the sole authorized service provider, is essential for ensuring continuous operation of critical medical equipment, thereby supporting patient care. The contract is structured with a base period from April 1, 2025, to March 31, 2026, valued at $17,649.36, with options extending to 2028, potentially raising the total value to $65,218.44. For further inquiries, interested parties may contact Sara Craig at sara.l.craig2.civ@health.mil.
    Intent to Sole Source Licensing Requirement
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, has issued a Special Notice regarding an Intent to Sole Source Licensing Requirement. This procurement aims to secure specific licensing services that are critical for the agency's operational needs at Fort Belvoir, Virginia. The services sought are essential for maintaining compliance and operational efficiency within the agency's logistics framework. Interested parties can reach out to Anjelica Hill at anjelica.hill@dla.mil for further details regarding this opportunity.