Notice of Intent to Sole Source
ID: W44W9M50510137Type: 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, intends to issue a sole source purchase order for an x-ray software image inspection system at the McAlester Army Ammunition Plant. This procurement requires the original installer, VJ Technologies Inc, to provide proprietary software that is compatible with the existing x-ray system, ensuring uniform compatibility and performance. The purchase will be conducted under 'other than full and open competition' as authorized by FAR 6.302-1, and this notice is not a request for offers. For further inquiries, interested parties may contact Andrea Jones at andrea.jones36.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    Notice of Limiting Competition
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is issuing a Notice of Limiting Competition for a sole source purchase order for urgent brand name only Spherical, Spheriglass, and AG Ballotini impact beads required at the McAlester Army Ammunition Plant. This procurement will utilize simplified acquisition procedures and will be awarded under 'other than full and open competition' as authorized by FAR Subpart 9.2, with Potters Industries being the only qualified manufacturer for these specific products. The impact beads are critical for munitions operations, ensuring the effectiveness and safety of ammunition production. Interested parties may direct inquiries to Andrea Jones at andrea.jones36.civ@army.mil, noting that this is not a request for offers and that the Government retains discretion over future competitive procurements.
    J065--Canon CT Scanner Service Intent to Sole Source
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source contract to Canon Medical Systems Inc. for maintenance services on government-owned Canon CT scanners. This procurement is necessitated by the proprietary nature of the required services, as only Canon can provide the essential maintenance using their exclusive software and parts, ensuring compliance with maintenance requirements. The importance of this contract lies in the critical role that properly maintained CT scanning equipment plays in delivering quality healthcare services to veterans. Interested vendors may submit capability statements within ten days of this notice, and for further inquiries, they can contact Contract Specialist Amanda Patterson-Elliott at amanda.patterson-elliott@va.gov or by phone at 319-338-0581.
    Notice Of Intent for Maintenance and Preventative Services for Radiology Equipment
    Buyer not available
    The Defense Health Agency (DHA) intends to award a firm fixed price contract for maintenance and preventative services for radiology equipment at the Walter Reed National Military Medical Center (WRNMMC) in Bethesda, Maryland. This procurement is being conducted on a sole source basis with Hologic Inc., the only vendor possessing the proprietary rights to the necessary software and products, as authorized under FAR 6.302-1 for "Only one responsible source." The services are critical for ensuring the operational readiness and reliability of medical imaging equipment used in military healthcare settings. Interested parties must express their interest and capabilities by emailing Claudia Febres Mormontoy at claudia.a.febresmormontoy.ctr@health.mil by 9 AM EST on March 18, 2025, as this notice does not constitute a request for competitive proposals.
    INTENT TO SOLICIT ONLY ONE (1) PYLON-IR: 1.7 CHARGE-COUPLED DEVICE (CCD) CAMERA
    Buyer not available
    The Department of Defense, specifically the Army Research Laboratory, intends to solicit a single source for the procurement of one Pylon-IR: 1.7 charge-coupled device (CCD) camera, with the solicitation number W911QX-25-Q-0053. This specialized equipment is crucial for advancing the laboratory's research capabilities and is to be delivered within 24 weeks after contract award. The government plans to negotiate exclusively with Teledyne Digital Imaging US, Inc., and interested firms must submit their proposals via email within five days of the solicitation posting, providing relevant business size and socioeconomic status in accordance with NAICS code 334516. For further inquiries, potential vendors can contact Andrea Minter at andrea.m.minter.civ@army.mil or by phone at 520-691-5390.
    Hexagon Maintenance
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center, intends to procure maintenance services for Hexagon Metrology software on a sole-source basis. This procurement is for the renewal of an existing license, which is critical for maintaining operational capabilities within the department. Interested firms that believe they can meet the requirements are encouraged to submit a written response, including a capability statement, to the primary contact, Virginia Dennison, by email no later than five days after the publication of this notice. All interested parties must also ensure they are registered in the System for Award Management (SAM) database to be eligible for contract award.
    R&S Upgrade
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Dahlgren Division, is seeking proposals for the procurement of a Wideband Extension Sequencing software license, specifically for the Rohde and Schwarz SMW-B9 system. This requirement is classified as a sole-source brand name procurement, necessitating that all bidders be authorized resellers of Rohde & Schwarz USA, Inc., to ensure compliance with federal procurement standards and quality assurance. The procurement is critical for enhancing existing capabilities within the department's technological framework, with proposals due by March 21, 2025, and an anticipated award date in April 2025. Interested vendors should direct inquiries to Susan Madison at susan.h.madison.civ@us.navy.mil or call 540-613-3296 for further details.
    Intent to Sole Source - GHA Technologies
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W076 Endist Little Rock office, intends to award a sole source contract to GHA Technologies for electronic computer manufacturing services. This procurement is set aside for small businesses under the SBA guidelines and focuses on the development of application software, which is crucial for various IT and telecom operations within the military. Interested vendors can reach out to Shelby Henson at Shelby.m.henson@usace.army.mil or call 501-340-1249 for further details, while Sarah N. Hagood is available at Sarah.N.Hagood@usace.army.mil or 501-340-1277 for additional inquiries.
    Notice of Intent to Sole Source Universal Testing Machine ETM 602 Manual control to VMC and Model 300SL
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command at Aberdeen Proving Ground, intends to award a sole source contract for the procurement of a Universal Testing Machine ETM 602 and Model 300SL from Tinius Olsen Testing Machine Company. The contract will include the retrofit of the ETM 602 for manual control to VMC, installation of a strain module, and the provision of two Model 300SL machines, along with necessary software and training for operation. This procurement is critical for enhancing the agency's capabilities in equipment testing and materials analysis, ensuring compliance with specific technical requirements in a controlled environment. Interested parties may express their interest and capability by March 31, 2025, with inquiries directed to Contract Specialist Agnes Burke at agnes.v.burke.civ@army.mil.
    6525--EMERGENCY CONTRACT: Philips IntraSight Mobile IVUS
    Buyer not available
    The Department of Veterans Affairs is initiating a Sole Source contract for the procurement of Philips IntraSight Mobile IVUS equipment, specifically for the Portland VA Medical Center. This urgent requirement follows the procedures outlined in FAR 13.5 due to the critical need for this imaging equipment, which is categorized under NAICS code 334517. The anticipated award date for this Firm-Fixed-Price contract is March 14, 2025, and interested parties may contact Contracting Officer Tracy Heath at tracy.heath@va.gov or 253-888-4903 for further information. Please note that this notice serves to inform the public and does not constitute a request for competitive proposals.
    J065--Notice of Intent to Sole Source - 436 Pharmacy EyeCons Replacement
    Buyer not available
    The Department of Veterans Affairs, through Network Contracting Office 19, intends to award a sole source contract for the replacement of the ScriptPro Eyecon Model 9430 to ScriptPro USA Inc. This procurement specifically aims to replace the existing Eyecon unit used in the Fort Harrison and Billings hospital pharmacies, ensuring compatibility with the current ScriptPro systems and maintaining operational continuity. The contract includes the supply of the Eyecon model, installation services, an interface controller, and on-site support, all of which must comply with ScriptPro standards for equipment and software. Interested parties must demonstrate their capability to meet these requirements and submit their interest by 3:00 PM Mountain Time on March 18, 2025, to jason.lawrence3@va.gov, as this notice is not a request for competitive quotes.