Notice Of Intent To Sole Source Periop 101: A Core Curriculum OR Course
Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCE

NAICS

Book Publishers (513130)

PSC

SUPPORT- ADMINISTRATIVE: LIBRARY (R605)
Timeline
    Description

    The Department of Defense, specifically the 502d Contracting Squadron at Lackland AFB, Texas, intends to award a sole source purchase order to the Association of periOperative Registered Nurses (AORN) for the Periop 101: A Core Curriculum OR Course. This curriculum is critical for the training of Air Force PeriOperative Nursing (AFPON) students, and AORN is recognized as the sole vendor capable of providing this specialized training. The procurement will be conducted under Simplified Acquisition Procedures, with an anticipated award date following September 23, 2024. Interested parties who believe they can meet the requirements are invited to submit capability statements by close of business on September 18, 2024, and may contact Ms. Laura Herring or SrA Autumn Perez Diaz for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The 502d Contracting Squadron at Lackland AFB, Texas, plans to issue a sole source purchase order to the Association of periOperative Registered Nurses (AORN) for the Periop 101: A Core Curriculum OR Course. This curriculum is essential for training Air Force PeriOperative Nursing (AFPON) students, and AORN is the only vendor capable of providing it. The transaction will be conducted under Simplified Acquisition Procedures and an exception to full competitive bidding as permitted by FAR 13.106-1(b), with an anticipated award date post-September 23, 2024. While this is not a call for competitive proposals, other interested vendors who believe they can supply the necessary curriculum are invited to submit capability statements by COB on September 18, 2024. The government retains the discretion to determine whether to proceed with competitive procurement based on the responses received. For inquiries, interested parties should contact the designated contracting personnel.
    Lifecycle
    Similar Opportunities
    Notice of Intent: Learning Tree International USA Inc.
    Active
    Dept Of Defense
    The Defense Health Agency (DHA) intends to award a firm fixed price contract to Learning Tree International USA Inc. for the procurement of government training and certification vouchers. This contract will be awarded under the authority permitting Other than Full and Open Competition, specifically for purchases not exceeding the Simplified Acquisition Threshold. The training services are crucial for enhancing the skills and certifications of personnel at the Alexander T. Augusta Military Medical Center. Interested parties must express their interest and capabilities by emailing Claudia Febres Mormontoy at claudia.a.febresmormontoy.ctr@health.mil no later than 9 AM EST on September 20, 2024, as this notice is not a request for competitive proposals.
    U--Notice of Intent to Sole Source - Humidity Control: Principles and Applications and Complying with Standard 90.1-2013 Training, ASHRAE, Inc.
    Active
    Dept Of Defense
    Notice of Intent to Sole Source - Humidity Control: Principles and Applications and Complying with Standard 90.1-2013 Training, ASHRAE, Inc. The Department of Defense, specifically the Department of the Navy, through the Naval Facilities Engineering Command, intends to award a sole source contract to the American Society of Heating Refrigerating and Air Conditioning Engineers, Inc. (ASHRAE). The contract is for the provision of two ASHRAE courses: Humidity Control: Principles and Applications, and Complying with Standard 90.1-2013. These courses will be conducted at six different locations: NAVFAC NW (Silverdale, WA), NAVFAC Atlantic (Norfolk, VA), NAVFAC Pacific (Pearl Harbor, HI), NAVFAC SE (Jacksonville, FL), NAVFAC Washington (Washington, DC), and NAVFAC SW (San Diego, CA). The purpose of this procurement is to provide training on humidity control principles and applications, as well as compliance with Standard 90.1-2013. These courses are essential for ensuring proper HVAC system operation and energy efficiency in various naval facilities across the country. The training will equip personnel with the necessary knowledge and skills to effectively manage humidity levels and comply with industry standards. This procurement falls under the Special Notice category and meets the conditions of FAR 13.106-1(b)(1), which allows for a sole source contract when only one responsible source is reasonably available to provide the required supplies. It is important to note that this Notice of Intent is not a request for Expressions of Interest (EOIs), proposals, or quotations. No solicitation documentation exists, and no telephone inquiries will be accepted. The North American Industry Classification System (NAICS) Code for this procurement is 611430, Professional and Management Development Training. The Small Business size standard is $11 million. ASHRAE, being a large business, is the identified source for this requirement. Interested parties may submit a statement of capabilities if they believe they can meet the requirement. However, it is crucial to provide clear and convincing evidence that competition would be advantageous to the Government. The Government will be the sole determiner regarding a company's ability to meet all requirements. If no responses are received within two weeks after the publication of this notice, a firm fixed price sole source award will be made to ASHRAE. The anticipated award date is 7 April 2016. For further information or to submit a statement of capabilities, interested parties should contact Amber Forehand-Hughes at amber.forehand@navy.mil or call 757-322-8336. Please note that the Government does not intend to pay for any information provided under this notice. The decision to not compete this proposed contract is solely within the discretion of the Government. In summary, the Department of Defense, Department of the Navy, intends to award a sole source contract to ASHRAE for the provision of Humidity Control: Principles and Applications and Complying with Standard 90.1-2013 training courses. These courses will be conducted at six different locations to ensure proper humidity control and compliance with industry standards in naval facilities.
    Notice of Intent to Award Sole Source
    Active
    Justice, Department Of
    Notice of Intent to Award Sole Source The Department of Justice, specifically the Federal Prison System/Bureau of Prisons, intends to issue a Firm-Fixed Price (FFP) single source award for Joint Accreditation. This accreditation will allow the BOP Health Service Division to offer Continuing Professional Medical Education (CPME) credits/contact hours to medically licensed providers in the BOP. The sole source procurement will be awarded to the Accreditation Council for Pharmacy Education located at 190 S LaSalle Street, Chicago, IL 60603-3446. The procurement is classified under NAICS code 561990 with a size standard of $16.5 Million. The deadline for responses to this notice is December 28, 2023, by 5:00 p.m. EST. Interested sources must submit detailed information demonstrating their ability to meet the Bureau of Prisons' needs.
    R420--American College of Surgeons Inc, Commission on Cancer Accreditation
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is issuing a Special Notice for a sole-source contract with the American College of Surgeons, Commission on Cancer, to provide accreditation services for its North Texas Cancer Program. This procurement aims to ensure uninterrupted accreditation, which is critical for maintaining compliance with best practices in cancer care and supporting the well-being of patients at the North Texas Veterans Health Care System. The contract will cover essential services, including monthly updates on cancer data, triennial surveys, and the provision of a secure online portal for data access, all while adhering to strict IT security and privacy regulations. Interested parties may submit capability statements to the Contracting Officer, Oneka Robertson, at Oneka.Robertson@va.gov by 12:00 PM Central Time on September 20, 2024, to express their interest in this opportunity.
    Notice of Intent to Sole Source - CamWorks Software
    Active
    Dept Of Defense
    The Department of Defense, through the Air Force Test Center at Holloman AFB in New Mexico, intends to award a sole source purchase order to GoEngineer LLC for the procurement of CamWorks Software for the 846th Test Squadron. This software is critical for specific operational needs, and after thorough market research, GoEngineer LLC was identified as the only vendor capable of meeting the required specifications. The procurement falls under NAICS code 513210, with a small business size standard of $47 million, and the anticipated award date is September 27, 2024. Interested vendors may submit capability statements or proposals by September 20, 2024, to the contracting officer, Mr. Brett Moore, at brett.moore.6@us.af.mil.
    Notice of Intent to Award of ServiceNow to Mandatory Source
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Research Laboratory (AFRL) at Kirtland AFB, New Mexico, intends to award a mandatory source purchase order to Carahsoft Technology Corp for IT services related to ServiceNow. This procurement is not a request for proposal, indicating that it will proceed without competitive bidding, as Carahsoft is designated as the Department of Defense's Enterprise Software Initiative (DoD ESI) Mandatory Source for ServiceNow, which is critical for supporting AFRL's ongoing mission. The notice will remain open for 15 days, during which inquiries can be directed to Angela Tolson at angela.tolson@spaceforce.mil or by phone at 505-846-9162.
    USAFA - McGraw Hill eTextbook Simulation Licenses
    Active
    Dept Of Defense
    The Department of the Air Force is seeking qualified vendors to provide 105 user access codes/licenses for the McGraw Hill Connect e-textbook and computer simulation course material titled "Operations Management in the Supply Chain, 8th Edition" by Schroeder, scheduled for release in 2024. This procurement is part of a small business set-aside program, and interested parties are invited to submit a capabilities package demonstrating their ability to fulfill this requirement, including their UEI number, Cage Code, SAM expiration date, and estimated pricing per license for market research purposes. All vendors must be registered in the System for Award Management (SAM) database to participate, and responses are due by 3:00 P.M. Mountain Daylight Time on September 19, 2024, with inquiries directed to Tammy Martin at tammy.martin.6@us.af.mil.
    Draeger Anesthesia Maintenance
    Active
    Dept Of Defense
    The Department of Defense, through the 316th Contracting Squadron at Joint Base Andrews, is seeking a contractor for the maintenance of Draeger Anesthesia equipment, including five Apollo Anesthesia units and various vaporizers. The procurement requires annual on-site preventative maintenance inspections, 24/7 technical support, and compliance with manufacturer standards and federal regulations. This anesthesia equipment is critical for patient care during surgical procedures, necessitating specialized services from manufacturer-trained technicians. Interested parties must submit quotes by September 23, 2024, and be registered in the System for Award Management (SAM) to be eligible for this firm-fixed price contract, which will commence on September 30, 2024, with a potential duration of five years. For further inquiries, contact Kala LaCroix at kala.lacroix@us.af.mil or Antoine Toran at antoine.toran.1@us.af.mil.
    Notice of Intent to Sole Source Acutronic USA Inc
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Test Center at Holloman Air Force Base, intends to award a sole source contract to Acutronic USA Inc. for the evaluation of the Contraves Model 445 120-inch Air Bearing Centrifuge, which has experienced significant water intrusion. The procurement aims to engage a certified technician to conduct a thorough inspection and assessment of the centrifuge's operational parameters and damage, ensuring its readiness for critical military testing applications. This specialized equipment, valued between $75 million and $100 million, is essential for inertial testing, and Acutronic is the only vendor with the necessary expertise to service it. Interested parties may submit capability statements by September 25, 2024, with the anticipated award date set for September 30, 2024. For further inquiries, contact Nathan Jaye at nathan.jaye@us.af.mil or Brett Moore at brett.moore.6@us.af.mil.
    69--Sole Source Intent Notification - F/A-18C/D Tactical Operational Flight Trainers (TOFTs) Upgrade and Relocation
    Active
    Dept Of Defense
    Presolicitation notice from the Department of Defense, Department of the Navy, for the procurement of F/A-18C/D Tactical Operational Flight Trainers (TOFTs) Upgrade and Relocation. The Naval Air Warfare Center Training Systems Division (NAWCTSD) intends to award a modification to a delivery order under Basic Ordering Agreement (BOA) N61340-12-G-0001 to L-3 Communications Corporation, Link Simulation and Training Division (L-3) Company. The procurement includes the upgrade and relocation of F/A-18C/D Storage Area Network (SAN) Configuration for TOFTs, Device 2F193 (Serial Numbers 25/26/27) from NAS Lemoore, CA to Marine Corps Air Station (MCAS) Iwakuni, Japan, Technical Product Office (TPO) Naval Air Station (NAS) China Lake, CA, and L-3 Facility Arlington, TX. The procurement also involves the removal and delivery of existing Brief/Debrief Station (BDS) currently at NAS Lemoore to MCAS Iwakuni. This sole source procurement is pursued under statutory authority of 10 U.S.C. (c)(1) as implemented by the Federal Acquisition Regulation (FAR) 6.302-1. No solicitation documents are available. For more information, contact Ricardo Elias at 407-380-4101 or Ricardo.L.Elias@navy.mil.