Notice of Intent: Sole Source Learfield Communications LLC
ID: W50S8L-24-Q-A006Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7NA USPFO ACTIVITY KYANG 123LOUISVILLE, KY, 40213-2614, USA

NAICS

Other Services Related to Advertising (541890)

PSC

SIGNS, ADVERTISING DISPLAYS, AND IDENTIFICATION PLATES (9905)
Timeline
    Description

    The Department of Defense, specifically the Kentucky Air National Guard, intends to issue a sole-source purchase order to Learfield Communications, LLC for media and advertising services. This procurement is necessitated by Learfield's unique ownership of advertising rights at Western Kentucky University, which positions them as the only responsible source capable of fulfilling the agency's requirements. The contract is justified under FAR 6.302-1, emphasizing the limited competition due to the specialized nature of the services required. Interested parties may submit responses within 10 calendar days of the notice to Jonathan Vance at jonathan.vance.4@us.af.mil, although the government is not obligated to award a contract based on these responses.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a justification review from the National Guard Bureau concerning a sole-source contract for advertising services at Western Kentucky University, specifically awarded to Learfield Communications, LLC. Cited under 47 USC 4106(c) and FAR 8.405-6(a)(1)(i)(B), the request argues that only Learfield possesses the unique advertising rights for the university, making it the sole provider capable of delivering the required services. The memorandum outlines the nature of the action as a new contract with an estimated total price earmarked for these specialized advertising services. It confirms that no competitive procurement has taken place previously due to the unique nature of the offering, and details steps taken to validate the single-source status. The technical and requirements representatives certify the accuracy of the data provided, culminating in approval from the contracting officer. This emphasizes the commitment to ensuring fair and reasonable costs while adhering to federal regulations governing competition in procurement. Overall, the document underscores the limited competition for specialized advertising rights and appropriate justification for the exclusive contract.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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 Sole Source Purchase- BaseConnect
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, has issued a Sole Source Purchase notice for BaseConnect, indicating that this procurement is not open to competition. The contract is set aside under the 8(a) program, which is designed to assist small disadvantaged businesses, and it falls under the NAICS code 513210 for Software Publishers. The goods and services being procured are related to aircraft ground servicing equipment, highlighting the importance of reliable software solutions in supporting military operations. Interested parties can reach out to Heather Long at heather.long.10.ctr@us.af.mil or by phone at 580-213-7179 for further inquiries, although no quotes will be accepted for this notice as it has already been awarded to BaseConnect.
    BAK-12 Arresting System Spare Parts Single Source Notice
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure spare parts for the BAK-12 Arresting System, with the intention to award a contract to Curtiss-Wright Flow Control Service, LLC, as the sole source provider. The procurement is essential for maintaining the operational readiness of the BAK-12 system at Ebbing Air National Guard Base in Arkansas, as these parts are critical for aircraft landing equipment and must be sourced from the original equipment manufacturer to avoid warranty voids and potential system damage. Interested vendors are required to submit capability statements by September 23, 2024, at 11:00 AM CST, to the primary contacts, Jarrod Ford and Kelsey L. Brightbill, via email, as the government evaluates whether to proceed with a competitive procurement or continue with the single-source approach.
    Intent to Sole Source - Ground to Air Communication System
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, intends to award a sole source contract to L3Harris Technologies, Inc. for the provision of a ground to air communications radio suite for the 908 OSS at Maxwell AFB, Alabama. The procurement aims to secure an advanced radio communications system that includes encrypted capabilities and supports various frequency bands, including FM, VHF, UHF, and K-band, ensuring reliable communication under diverse operational conditions. This system is critical for mission success, particularly in scenarios where direct communication may be compromised, and it will be delivered and installed at a facility equipped with a pre-existing antenna. Interested parties capable of meeting the requirements outlined in the attached Statement of Requirements are encouraged to contact Mr. Jordan Johnson at jordan.johnson.49@us.af.mil or (334) 953-8945, or Mr. Donald Crawford at donald.crawford.8@us.af.mil or (334) 953-6113 for further information.
    Notice of Intent for Sole-source Action: EMR Curriculum Materials
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is planning to negotiate a sole-source contract for the procurement of Emergency Medical Responder and Emergency Care and Transport curriculum materials. The government requires 300 units of the "Emergency Medical Responder 7th Edition Premier - Fisdap Bundle" and 457 units of the "Emergency Care and Transport 12th Edition Premier with Fisdap Bundle," which are essential for training emergency medical responders. The sole-source provider identified for these materials is Jones & Bartlett Learning, located in Burlington, Massachusetts, as they are the only known commercial entity capable of fulfilling this requirement. Interested parties may submit capability statements or quotations for consideration, with responses due by the specified deadline, and the anticipated award date is on or before September 30, 2024. For inquiries, contact David Woodford at david.woodford.2@us.af.mil.
    OHANG Billboard Advertisements
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals from qualified small businesses for outdoor billboard advertising services as part of a solicitation titled "OHANG Billboard Advertisements." The contractor will be responsible for providing all necessary personnel, equipment, and materials to deliver billboard advertising at various locations in Ohio, with a performance period from September 25, 2024, to March 24, 2025. This initiative aims to enhance recruitment efforts for the Ohio Air National Guard through effective outdoor advertising, adhering to strict branding and quality standards. Interested vendors must submit their proposals by 1:00 P.M. EST on September 23, 2024, to James Kliewer at james.kliewer.2@us.af.mil, and must comply with wage determinations applicable to the region, ensuring fair compensation for labor under the Service Contract Act.
    NOTICE OF INTENT TO AWARD SOLE SOURCE - Airfield Lighting Control System Maintenance
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, intends to award a sole source contract for the maintenance of the Airfield Lighting Control System at Joint Base Andrews in Maryland. This procurement, authorized under 10 U.S.C. 3204(a)(5), aims to ensure the inspection and preventative maintenance of the airfield lighting system, which is critical for safe airport operations. The contract will be awarded to ADB Safegate, based in Columbus, Ohio, and interested parties are invited to submit their capability statements within five days of this notice. For further inquiries, interested vendors can contact Mara Scally at mara.scally@us.af.mil or Zachary Finley at zachery.finley.3@us.af.mil.
    70--Westlaw on-line subscription
    Active
    Dept Of Defense
    Special Notice: DEPT OF DEFENSE - DEPT OF THE NAVY The Naval Supply Systems Command, Fleet Logistics Center Jacksonville, intends to issue a sole source award to West Publishing Corporation for the procurement of a Westlaw On-line subscription for Fleet Readiness Center Southeast (FRCSE). Westlaw is a research tool that provides access to laws, statutes, regulations, court decisions, and agency decisions that impact the mission of FRCSE. The intended use of the subscription is for research in various practice areas including civilian personnel law, labor and employment law, fiscal/acquisition law, and ethics. The Westlaw software will be delivered to FRCSE five days after contract award. This procurement is for the annual subscription renewal period of July 1, 2019, through June 30, 2020, with four one-year option periods. The NAICS code for this work is 519130 Internet Publishing and Broadcasting and Web Search Portals, with a size standard of 1000 employees. This notice of intent is for information purposes only, and the Government intends to make a sole source award to West Publishing Corporation. Responses must provide clear and convincing evidence of the company's ability to satisfy the requirement.
    Intent to Sole Source: Ninja TRX System Support
    Active
    Dept Of Defense
    The Department of Defense, specifically the 4th Contracting Squadron, intends to award a sole-source contract to Black River Systems Inc. for essential Ninja TRX System Support. This equipment is crucial for maintaining effective communication systems at Seymour Johnson AFB in North Carolina. The proposed 12-month contract, worth an estimated $199,500, will be awarded once the government has concluded that Black River Systems Inc. is the only company capable of meeting their specialized requirements. For inquiries, contact Sarah Derringer at sarah.derringer@us.af.mil.
    Notice of Intent to Sole Source - Omnissa Horizon VMWare
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Life Cycle Management Center at Wright-Patterson AFB, intends to negotiate a sole source Firm-Fixed Price contract for the renewal of the Omnissa Horizon Subscription Maintenance for one year. This procurement is essential for maintaining the existing virtual computing resources and enhancing virtual desktop capabilities, as the unique qualifications of OARnet make it the only viable source for the required maintenance and support, following a prior agreement established in 2014. The decision to pursue a sole source contract is supported by market research indicating that alternative vendors would incur significantly higher costs, with OARnet providing a potential 50% cost reduction through educational pricing. Interested parties may submit capability statements or proposals within five days of this notice, and for further inquiries, they can contact Jessica Foster at jessica.foster.16@us.af.mil or Lisa Belew at lisa.belew@us.af.mil.