In accordance with FAR 6.302-1, NAVSUP Fleet Logistics Center Norfolk, Groton Office intends to award a Sole Source Firm Fixed Price Contract to The Computing Technology Industry Association, Inc.
ID: N0018925QG003Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR NORFOLKNORFOLK, VA, 23511-3392, USA

NAICS

Book Publishers (513130)
Timeline
    Description

    The Department of Defense, through the NAVSUP Fleet Logistics Center Norfolk, Groton Office, intends to award a Sole Source Firm Fixed Price Contract to The Computing Technology Industry Association, Inc. for the provision of CompTIA Core 1 and Core 2 Student Guide eBooks and Instructor Guide eBooks. This procurement is critical for supporting educational initiatives related to CompTIA certification, which is essential for IT professionals seeking to enhance their skills and credentials. Interested parties may challenge this sole source determination by submitting written documentation to kelly.polson@navy.mil, demonstrating the availability of equivalent products, with the Government retaining discretion over the final decision. No proposals or quotations are being requested at this time, and the notice serves as a formal announcement of intent rather than a solicitation.

    Point(s) of Contact
    Files
    No associated files provided.
    Similar Opportunities
    Intent to Sole Source Membership Requirement
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Energy), intends to award a Sole Source Firm Fixed Price Contract for a Charter Membership to the Coordinating Research Council, which will be shared among DLA Energy, the US Navy, and the US Air Force. This membership is structured as an annual contract with a base year and three one-year options, covering the delivery period from January 1, 2025, to December 31, 2028. The membership is crucial for accessing periodical publications relevant to defense logistics and operations. Interested parties may challenge this sole source decision by submitting written documentation to the government, with all inquiries directed to Tuan Trau at tuan.trau@dla.mil or Joy Massey at joy.massey@dla.mil.
    Notice of intent to award sole source
    Active
    Dept Of Defense
    Notice of intent to award sole source. The Department of Defense, specifically the Department of the Navy, through the Naval Oceanographic Office, has issued a Special Notice. The notice indicates the intent to award a sole source contract. The details of the service/item being procured are not provided in the document.
    7A21 - THIS IS A NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT TO MATHWORKS AND IS NOT A REQUEST FOR COMPETITIVE QUOTE
    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 to MathWorks Inc. for the procurement of MATLAB and Simulink software licenses. The requirement encompasses the MATLAB product family, which includes tools for math, statistics, optimization, code generation, and database access, as well as the Simulink product for event-based modeling and simulation. This software is critical for nearly the entire Naval Postgraduate School campus, facilitating iterative analysis and design processes essential for various engineering applications. Interested parties must submit capability statements by 3:10 PM Pacific Standard Time on October 24, 2024, via email to Gabrielle Custodio at gabrielle.a.custodio.civ@us.navy.mil, as this notice is not a request for competitive proposals.
    Notice of Intent to Sole Source to Peraton Inc.
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Information Warfare Center Pacific (NIWC Pacific), intends to award a sole-source contract to Peraton Inc. for engineering services related to the C2P systems. The contract will encompass a range of activities including software development, system engineering, requirements definition, hardware and software integration, and cybersecurity implementation, all of which will be conducted at NIWC Pacific's Tactical Data Link facilities. This procurement is critical for maintaining and enhancing the operational capabilities of the U.S. Navy's software systems. Interested parties are encouraged to express their capabilities by October 31, 2023, at 0800 PST, and can direct inquiries to Contract Specialist Robert W. Stauffacher at robert.w.stauffacher2.civ@us.navy.mil or by phone at 619-504-7765. The anticipated contract period is five years, including a one-year base period and four one-year options, under NAICS code 541330.
    Testing Reports - Intent to Sole Source
    Active
    Dept Of Defense
    Special Notice: DEPT OF DEFENSE intends to award a Sole Source Purchase Order Contract to NCS Pearson, Inc for testing materials. The service being procured is testing reports, which are typically used for personnel testing in the field of education and training. The place of performance is Camp Lejeune, NC, USA. Interested vendors may contact Rebecca Hayes at Rebecca.L.Hayes.CIV@socom.mil or 9104400872 before the notice expires.
    THIS IS A NOTICE OF INTENT TO AWARD A SOLE SOURCE TO MATHWORKS, INC.
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center San Diego, intends to award a sole source contract to MathWorks, Inc. for the procurement of licenses for the MATLAB and Simulink product families. This software is critical for mathematical computation, simulation, and report generation, and is extensively utilized across the Naval Postgraduate School (NPS) campus for various engineering and design processes. Interested vendors must submit a capability statement by 3:10 PM Pacific Standard Time on October 24, 2024, demonstrating their ability to provide the required licenses and proof of authorization as distributors of the product, with the anticipated award date set for on or before December 1, 2024. For further inquiries, vendors may contact Gabrielle Custodio at gabrielle.a.custodio.civ@us.navy.mil.
    70--Splunk Enterprise renewal
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is planning to award a Sole Source Firm Fixed Price contract for the renewal of Splunk Enterprise 150GB a day support. This service is required by Naval Cyber Defense Operations Command and is used for cyber defense operations. The contract will be awarded to authorized resellers of Splunk Enterprise. The RFQ number for this procurement is N00189-17-T-0094. Interested vendors can download the complete RFQ package from the NECO Website. The NAICS code for this acquisition is 511210, Software Publishers, with a size standard of $38,500,000. This notice is not a request for competitive quotations, but all responsible sources may submit a quotation for consideration. Vendors must be registered in the SAM database to be eligible for award.
    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.
    Notice of Intent to Sole-Source: WORLD INSTITUTE OF LEADERSHIP AND LEARNING, LTD
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army's Mission and Installation Contracting Command at Fort Knox, intends to award a sole-source contract to the World Institute of Leadership and Learning, Ltd. This contract involves the revision of "The Good Teacher" training program for approximately 4,000 JROTC instructors, focusing on enhancing critical thinking and ethical decision-making skills through updated training materials that reflect current cultural scenarios. The training is crucial for improving the effectiveness of JROTC instructors in high school environments. Interested parties must submit their responses by October 23, 2024, at 11:00 A.M. Eastern Time, to Galina Halterman at galina.n.halterman.civ@army.mil, including a statement of interest and relevant company information.
    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.