Notice of Intent to Award a Sole Source Contract
Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL AIR WARFARE CENTER AIR DIVPATUXENT RIVER, MD, 20670-1545, USA
Timeline
    Description

    The Department of Defense, through the Naval Air Warfare Center (NAWC-AD), intends to award a sole source contract to the College of Southern Maryland (CSM) for the support of Educational and Recruitment Strategies in collaboration with the University of Maryland and other academic institutions. This contract, which will be executed under FAR 13.501 Simplified Acquisition Procedures, aims to enhance research and educational program development for the period from November 1, 2024, to October 31, 2025. The decision to pursue a sole source award is based on market research conducted by the government, which retains discretion over competitive requirements. Interested parties may submit capability statements to the designated Contracting Officer, Aimee Raley, at aimee.k.raley.civ@us.navy.mil, within seven calendar days of this notice for consideration.

    Point(s) of Contact
    Files
    Title
    Posted
    The Naval Air Warfare Center (NAWC-AD) plans to issue a sole source contract to the College of Southern Maryland (CSM) for Educational and Recruitment Strategies in collaboration with the University of Maryland and other academic institutions for the period of November 1, 2024, to October 31, 2025. This award will be processed under FAR 13.501 Simplified Acquisition Procedures. The announcement clarifies that it is not a request for competitive proposals, but interested parties may submit capability statements within a week to be considered by NAWCAD. The sole source decision stems from market research conducted by the government, which maintains discretion over competitive requirements. Responding parties must direct their inquiries to the designated Contracting Officer, Aimee Raley, via email. This notice serves primarily as an informational alert regarding the anticipated contract award.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    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.
    Intent to Award Sole/Single Source - USAFSAM Aeromedical Aviation Laboratory (AAL) Program - Amendment 01
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Research Laboratory at Wright-Patterson AFB, intends to award a sole-source contract to MacAir Aviation, LLC for specialized training services related to the Aeromedical Aviation Laboratory (AAL) Program. This contract focuses on providing maintenance services and repairs for training flight surgeons on the physiological effects of flight, which is critical for ensuring the operational readiness of Air Force personnel. The estimated total value of the five-year contract is approximately $14,038,000, reflecting the unique qualifications of MacAir as the incumbent contractor and the urgency of maintaining a fixed training schedule for 2025. Interested parties may submit capability statements to Natasha Randall at natasha.randall@us.af.mil by November 1, 2024, at 4:00 PM Eastern Time for consideration.
    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.
    NAWCAD WOLF - INTENT TO SOLE SOURCE Graphics-only PMC, SM750 w/ 16MB DDR, RT, Rear I/O, Single Font VGA, RG-101 RGBHV rear I/O, RT
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), intends to procure graphics-only PMC units from Rastergraf Inc. under a sole-source contract. The specific requirement includes the Graphics-only PMC, SM750 with 16MB DDR, and various rear I/O configurations, which are essential for electronic assembly manufacturing. This procurement is part of the government's efforts to acquire specialized technical equipment while ensuring compliance with federal acquisition regulations. Interested vendors must submit their quotes by 5:00 PM Eastern Standard Time on October 11, 2024, and should contact Maria A. Sproul at maria.a.sproul.civ@us.navy.mil for further details.
    Notice of Intent to Sole Source Pacific Maritime Group
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, intends to award a sole-source contract to Pacific Maritime Group for training support related to the Maritime Security Response Team (MSRT) West in San Diego, California. The procurement aims to secure the vessel “DM Tapper & Ty Woods” for conducting critical training exercises, including Maritime Interdiction Operations (MIO), close quarters combat tactics, and simulated CBRNE challenges, scheduled for November 7-8, 2024. This training is vital for maintaining the qualifications of MSRT WEST members, ensuring they are prepared for short-notice maritime response missions, as no other vessels are available to meet the specific requirements within the necessary timeframe. Interested parties may submit capability statements to Leilani Sandle at leilani.d.sandle@uscg.mil by October 28, 2024, referencing notice number 84-25-Q-34269-001.
    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 A SOLE SOURCE CONTRACT
    Active
    Dept Of Defense
    NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT DEPT OF DEFENSE DEPT OF THE NAVY The DEPT OF DEFENSE, specifically the DEPT OF THE NAVY, intends to issue a sole source purchase order to Freeman Marine Equipment Inc. The proposed contract action is for the replacement of a Landing Craft Air Cushion (LCAC) HATCH ASSEMBLY. This equipment is proprietary and only available through Freeman Marine Equipment Inc. The requirement is per NAVSEA Drawing 5749292. Interested parties must submit information indicating their ability to satisfy this requirement by Monday, 2 May 2016, 4:00 PM, Pacific Standard Time, via email to rubeli.deinla@navy.mil. If no responses are received, the sole source award will proceed.
    Reliability Class & Monthly Consultation
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Indian Head Division (NSWC IHD), intends to award a sole-source contract to the College of William and Mary for reliability class training and monthly consultation services. The contract will focus on providing advanced statistical analysis support for the Advanced Medium Range Air-to-Air Missile (AMRAAM) Project, including a one-day course on reliability and data analysis techniques, such as Weibull analysis and Bayesian methods, for 4 to 30 participants. This initiative is crucial for ensuring the reliability and safety of ordnance systems throughout their lifecycle, emphasizing the importance of advanced statistical methodologies. Interested vendors must respond by October 29, 2024, at 10 AM (EST) and direct their inquiries to Jimmy Ludwick at james.e.ludwick2.civ@us.navy.mil, ensuring they are registered in the System for Award Management (SAM).
    SOLE SOURCE – EVALUATION AND REPAIR OF INTEGRATED MICROWAVE ASSEMBLIES
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking proposals for the sole source evaluation and repair of Integrated Microwave Assemblies (IMA) specific to the Airborne Electronic Attack Systems EA-18G FST Program. The procurement involves a firm-fixed-price contract for the evaluation and potential repair of 18 IMAs, with the unique nature of the items necessitating a sole source supplier, CAES Systems LLC. This contract is critical for maintaining the operational readiness and effectiveness of advanced military systems, ensuring compliance with U.S. export controls and government property regulations. Interested contractors must submit their proposals by October 30, 2024, at 4:00 PM Eastern Time, and can direct inquiries to Emily Wichman at emily.j.wichman.civ@us.navy.mil.