NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT
ID: OS2024S3XK0019Type: Special Notice
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFOFFICE OF THE SECRETARY

NAICS

Other Management Consulting Services (541618)
Timeline
    Description

    The U.S. Department of Transportation (USDOT) intends to award a sole-source contract to Verité, Inc. for consulting services related to human trafficking, forced labor, and the transportation sector.

    The contract's purpose is to adapt and develop due diligence and risk management tools to help prevent and combat human trafficking in supply chains across the transportation sector. This includes project management, needs assessment, stakeholder convenings, reporting, and technical assistance.

    Verité, Inc. has proprietary knowledge of the existing Responsible Sourcing Tool (RST) and is the only vendor capable of fulfilling USDOT's specific needs, making a sole-source contract efficient and cost-effective. The contract will have a 12-month period of performance, with a potential six-month no-cost extension.

    To express interest, eligible vendors must submit a capability statement by the deadline provided in the notice. USDOT will then evaluate the responses and decide whether to proceed with the intended sole-source award or explore competitive options.

    For more information, contact Melinda Riddick or Gregory Cate from the USDOT.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Research, Development, Test and Evaluation
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Railroad Administration (FRA), is seeking information from vendors regarding a potential contract for Research, Development, Test, and Evaluation (RDT&E) services aimed at enhancing railroad safety and technology. The contract, which may evolve into a multiple award Indefinite Delivery/Indefinite Quantity (IDIQ) vehicle, will focus on four key areas: Rolling Stock, Track, Train Control and Communications, and Human Factors, with the objective of improving safety standards and operational efficiency within the rail industry. This initiative is critical for addressing urgent research needs and supporting ongoing safety improvements mandated by federal regulations. Interested vendors are encouraged to submit their responses to the Request for Information by 3:00 PM ET on September 23, 2024, to Mandy Fenter at mandy.fenter@dot.gov, with additional inquiries directed to Dr. Kirsten Hawley at kirsten.hawley@dot.gov.
    Notice of Intent to Sole Source - Port Lookup Services
    Active
    Homeland Security, Department Of
    The U.S. Department of Homeland Security, specifically the U.S. Immigration and Customs Enforcement (ICE), intends to solicit Enhanced Law Enforcement Platform Port Lookup services from a single source, ICONECTIV, LLC. This procurement is being conducted under the authority of FAR 13.501(a) and is deemed necessary due to the unique capabilities of the selected vendor. The services are critical for supporting law enforcement operations and ensuring efficient data processing and web hosting related to immigration and customs enforcement activities. Interested parties can direct any inquiries to the Contracting Officer, Wesley Ransom, at wesley.ransom@ice.dhs.gov, as this notice serves informational purposes only and is not a request for quotation.
    Notice of Intent to Sole Source under SAT
    Active
    State, Department Of
    The Department of State intends to award a sole source purchase order to AUTOLOGIC LLC for the upgrade of hardware and software associated with the Process Integration system currently maintained by the company. This procurement is essential for enhancing the operational capabilities of the existing system, ensuring it remains effective and up-to-date. The estimated value of this contract is $245,000, with an anticipated award date of September 30, 2024, and a performance period of six months. Interested parties may submit a capability statement by the notice closing date and can request a copy of the solicitation by contacting Sarah Duncan at duncans1@state.gov or Nichole Gross at GrossNS@state.gov.
    D--SPECIAL NOTICE OF INTENT TO AWARD TO A SOLE SOURCE
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) intends to award a sole source contract to Skymira, LLC for the procurement of 135 Orbcomm Satellite terminals and associated data services, aimed at enhancing the operational efficiency and safety of wildland fire vehicles. This acquisition is critical for ensuring reliable vehicle tracking in remote areas, as mandated by the Dingell Act, and is designed to streamline interagency operations in collaboration with the Bureau of Land Management (BLM), which already utilizes the same tracking system for over 700 vehicles. The contract will be awarded under Simplified Acquisition Procedures, with a total value not exceeding $250,000, and interested parties are invited to express their capabilities within ten calendar days of this notice, which closes on September 22, 2024, at 5:00 p.m. Eastern Time. For further inquiries, contact Melissa Niemi at melissaniemi@fws.gov or by phone at 612-713-5216.
    Voluntary Intermodal Sealift Agreement (VISA) - 2024 Renewal
    Active
    Dept Of Defense
    Opportunity Overview: The primary purpose of this federal contract is to secure contingency sealift services for the Department of Defense (DOD) under the Voluntary Intermodal Sealift Agreement (VISA). The focus is on ensuring the availability of commercial shipping capacity for emergency deployments worldwide. VISA aims to establish partnerships with maritime companies to provide the DOD with efficient and flexible shipping solutions. The agreement offers incentives for companies to commit vessel capacity to the program, including priority for peacetime cargo contracts. Scope of Work: The key tasks for the awardee include: Committing a specified percentage of their maritime capacity to different stages of contingency operations, as outlined in the VISA Terms and Conditions. Providing detailed information about their vessels, including technical specifications, capabilities, and pricing, as detailed in the Carrier Vessel Information Sheet. Adhering to the agreed-upon capacity commitments, ensuring vessel availability, and maintaining the ability to fulfill DOD requirements within specified timeframes. Delivering, loading, and redelivering vessels as required, with potential charter periods of up to five years. Complying with international regulations, American Petroleum Institute (API) standards, and safety protocols for loading/discharging processes. Eligibility Criteria: Eligibility for this opportunity appears to be focused on maritime companies or operators possessing the following: A fleet of vessels capable of prompt deployment for contingency operations. Capacity and infrastructure to meet the required services, including a diverse range of vessel types. Experience and expertise in maritime transportation, preferably with a track record of working with the DOD or on similar contingency operations. Funding and Contract Details: The contract is expected to be firm-fixed-price, with an estimated value of between $500,000 and $36 million over the potential ten-year period of performance. The base period spans five years, from October 2024 to September 2029, with an optional five-year extension. The government has indicated a submission deadline of August 27, 2024. Submission Process: For current VISA participants, the process involves confirming their desire to remain in the program and submitting updated vessel commitment information. New participants must enroll online through the Maritime Administration (MARAD) website. All participants must provide the required vessel information and undergo a review/signature process with MARAD and USTRANSCOM. Evaluation Criteria: The government will evaluate submissions based on several factors: Alignment with VISA requirements, including capacity commitment levels and vessel suitability. Past performance and experience, demonstrating a successful track record in maritime operations and contingency support. Cost reasonableness and price competitiveness. Technical merit, safety features, and crew qualifications. Contact Information: For further clarification, interested parties can contact the primary point of contact, Shanda L. Lyman, at shanda.l.lyman.civ@mail.mil or 618-817-9484. A secondary contact is Lynn Fitzgerald at lynn.c.fitzgerald2.civ@mail.mil or 618-817-9451.
    NOTICE OF INTENT TO AWARD SOLE SOURCE
    Active
    Energy, Department Of
    The U.S. Department of Energy (DOE), through its Carlsbad Field Office (CBFO), intends to award a sole source contract to DevonWay Inc. for the provision of oversight management systems that support operations at the Waste Isolation Pilot Plant (WIPP). This procurement is justified under FAR 6.302-1, indicating that only one responsible source can fulfill the agency's requirements, specifically for an integrated oversight management database that enhances communication between DOE field and headquarters. Interested parties who believe they can meet these requirements are encouraged to submit a capability statement by September 23, 2024, although this announcement does not constitute an invitation for proposals. For further inquiries, interested vendors may contact Michael Johnson or Vanessa Lechon via email.
    H--SFD Kenworth Transport Vehicle Repairs - Sole Source
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Reclamation, intends to award a sole source contract for the repair of a 2014 Kenworth W900 Transport vehicle to Inland Kenworth, Inc. The procurement is necessitated by the urgent need for specialized repairs that can only be performed by the identified vendor, which is the sole provider within a 100-mile radius capable of addressing the specific requirements of the vehicle. The estimated cost for these repairs is $12,719, and the contract number is 140R4024P0069, with the award scheduled for September 13, 2024. Interested parties can reach out to Mary Maestas at mmaestas@usbr.gov or call 505-462-3581 for further information.
    Request for Information - Interstate Rail Compact (IRC)Legal Services
    Active
    Transportation, Department Of
    Request for Information - Interstate Rail Compact (IRC) Legal Services The Department of Transportation, specifically the Federal Railroad Administration, has issued a Sources Sought notice for legal services related to the development of an Interstate Rail Compact (IRC) Training Manual. The purpose of this contract is to provide legal support in the creation of a comprehensive manual and webinars that will assist states and other entities interested in establishing or amending IRCs. The IRC Handbook will provide an overview of legal requirements, best practices, and resources for forming and modifying an IRC. It will cover topics such as the benefits of IRCs, the process of establishing an IRC, amending and expanding existing IRCs, the role of IRCs throughout project life cycles, and applicable FRA guidance. The Contractor will also conduct stakeholder outreach and assist with the review and finalization of the IRC Handbook. Additionally, the Contractor will develop a series of webinars to educate stakeholders on the formation of IRCs. These webinars will cover the content of the IRC Handbook, the benefits of IRCs, the process of forming an IRC, and opportunities for discussion among attendees. The period of performance for this contract is 18 months, and it is a Firm Fixed Price contract. The Contractor must have licensed attorneys in good standing and technical expertise in establishing interstate compacts. They should also have experience providing legal advice and counsel to entities, including Federal agencies, and knowledge of federal railroad regulations. Overall, this procurement notice seeks legal services to support the development of an IRC Training Manual and webinars, which will provide guidance and resources for states and other entities interested in establishing or amending IRCs.
    Transport Network Research Service and Data Center Database
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Cybersecurity and Infrastructure Security Agency (CISA), intends to award a sole source contract to Primetrica, Inc. for the Transport Network Research Service and Data Center Database. This procurement aims to enhance CISA's capabilities in analyzing long-haul networks and the undersea cable market, providing critical data on supply-demand dynamics, carrier profiles, and global data center capacities. The contract is essential for strengthening collaboration between government and industry to mitigate cyber and systemic risks affecting national security. Interested firms are invited to submit capability statements within three days of this notice, with the anticipated performance period set for 12 months, including options for two additional years. For further inquiries, contact William Curto at william.curto@cisa.dhs.gov.
    Intent to Sole Source - Honeywell Enhanced Held Held Download Unit
    Active
    National Transportation Safety Board
    The National Transportation Safety Board (NTSB) intends to issue a sole source solicitation for the procurement of a Honeywell Enhanced Held Held Download Unit (eHHDLU) handheld kit, specifically from Honeywell Aerospace Technologies. This equipment is essential for downloading data from both undamaged and damaged Honeywell recorders involved in aircraft accident investigations, ensuring compatibility within the NTSB's Recorders Laboratory. Interested parties that believe they can meet the requirements are invited to submit written notifications to the Contracting Officer, Lisa Jackson, at lisa.jackson@ntsb.gov, within 5 calendar days of this notice, as no solicitation document will be available and telephone requests will not be accepted.