Notice of Intent to Sole Source
ID: W44W9M326401BH Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW390 MCALESTER ARMY AMMO PLANTMCALESTER, OK, 74501-5000, USA
Timeline
    Description

    Notice of Intent to Sole Source DEPT OF DEFENSE DEPT OF THE ARMY

    The Department of Defense, specifically the Department of the Army, intends to issue a sole source purchase order for a specific item/service. This purchase order will be awarded under 'other than full and open competition' as authorized by FAR 6.302-1. The item/service is intended for use at the McAlester Army Ammunition Plant.

    The notice states that there is only one authorized supplier for this item/service, with a reason provided to sole source from the 715-24. It is important to note that this is not a request for offers. The Government will determine whether to compete this procurement based on the responses received.

    The primary contact for this procurement is Regina L. Gibson, who can be reached at regina.l.gibson7.civ@army.mil or 918-420-7454.

    Please note that any information received in response to this notice will be used solely for the purpose of determining whether to conduct future competitive procurements for this item/service.

    Point(s) of Contact
    Files
    Title
    Posted
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    Notice of Intent to Sole Source with Alternative Consideration - Strengths Deployment Inventory (SDI)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Mission Installation Contracting Command (MICC) at Fort Leavenworth, Kansas, intends to award a sole-source contract for the Strengths Deployment Inventory (SDI) to Personal Strengths Publishing, LLC. This procurement aims to provide the Army University (AMSC and CGSC) with the SDI, a tool essential for assessing personal strengths and enhancing team dynamics within military training environments. Interested vendors may propose alternative self-assessment tools that yield similar results, but must clearly demonstrate their comparability to the SDI through detailed analysis and reporting. Responses to this notice must be submitted to Contract Specialist Alec Creekmore via email by 3:00 PM CDT on November 1, 2024, with the government retaining discretion over the competitive procurement process.
    Synopsis: NOTICE OF INTENT TO SOLE SOURCE – Ballistic Gelatin
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army, intends to sole source ballistic gelatin from Custom Collagen, Inc. due to proprietary and compatibility considerations, as outlined in FAR 6.302-1. This procurement, identified by solicitation number W911QX-25-R-0002, includes a five-year ordering period for specialized ammunition and ordnance machinery and related equipment. The ballistic gelatin is crucial for testing and evaluation purposes within military operations, ensuring the effectiveness and safety of various ordnance. Interested parties may submit capability statements or proposals within 15 days of the posting date, with inquiries directed to Shanna Dellinger at shanna.dellinger.civ@army.mil or by phone at 520-691-4950.
    Intent to Sole Source Subscription 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 Platts Subscriptions, which will provide customized reports related to petroleum, the World Refinery Database (WRD), and distribution and shipment specifics. This procurement is critical for DLA Energy's operational needs, ensuring access to tailored information that supports their petroleum management and logistics functions. The contract is set for a twelve-month delivery period, from January 13, 2025, to January 12, 2026, and interested parties may challenge the sole source determination by submitting written challenges to the provided email address. For further inquiries, contact Tasha Piris at tasha.piris@dla.mil or call 571-296-0781.
    NYARNG Notice of Intent to Sole Source for Slingload Trainers
    Active
    Dept Of Defense
    The Department of Defense, specifically the New York Army National Guard (NYARNG), intends to award a sole source contract for Slingload Training Blocks to Brandt Group Inc. This procurement is based on the determination that Brandt Group Inc is the only responsible source capable of providing these specialized training aids that meet the stringent specifications outlined by the US Army Natick Center. The contract will be a firm fixed price purchase order, and interested parties may submit their capability statements to the primary contact, Johanna Goman, at johanna.a.goman.civ@army.mil, within 7 calendar days of this notice. The anticipated costs related to this contract have been certified as fair and reasonable, with the approval of the Contracting Officer, Ashley Pace.
    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.
    Notice of Intent to Sole Source Award to Berkely Nucleonics Corporation (BNC)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Information Warfare Center (NIWC) Pacific, intends to award a sole source contract to Berkeley Nucleonics Corporation for the procurement of scintillation detectors. The requirement includes specific models, namely the Scionix R51102AR152/2M-Cn4 and Scionix 76BRS76/3M-CN-X4, which are critical for analytical laboratory applications. This procurement is being conducted under FAR Part 13, Simplified Acquisition Procedures, and while the intent is to negotiate solely with Berkeley Nucleonics, other responsible sources may submit quotations for consideration. Interested parties must direct their capability statements and inquiries to Contract Specialist Dane J Black via email by October 21, 2024, at 12 PM Pacific Time, and must be registered in the System for Award Management (SAM) to be eligible for consideration.
    NYARNG Notice of Intent to Sole Source Raw Subsistence
    Active
    Dept Of Defense
    The Department of Defense, through the United States Property and Fiscal Officer for New York (USPFO-NY), intends to award a sole source contract to Valley Foods, Inc. for the procurement of raw subsistence items necessary for the training of soldiers at Fort Indiantown Gap, Pennsylvania. This procurement is justified under FAR 6.302-5(a)(2)(i), which allows for acquisitions from a specified source when other providers cannot meet military food service regulations. The raw subsistence is critical for ensuring that units without food service capabilities can adequately prepare meals for their personnel during training exercises. Interested parties may submit their capability statements to Johanna Goman at johanna.a.goman.civ@army.mil within 7 calendar days of this notice, although the government retains discretion over whether to conduct a competitive procurement. For further inquiries, interested vendors can also contact Ashley Pace at ashley.a.pace4.civ@army.mil.
    PAC-3 Technical Assistance Support, Programs Year 24-26, Notice of Intent to sole source
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command – Redstone Arsenal (ACC-RSA), intends to solicit and negotiate a sole source contract for PAC-3 Technical Assistance and Field Service Representative support. This procurement aims to secure ongoing support for the PATRIOT Advanced Capability-3 (PAC-3) system, including Ground Support Equipment, training devices, and associated hardware and software, as well as Depot Maintenance support for both CONUS and OCONUS operations. The incumbent contractor, Lockheed Martin Global, Inc., is uniquely qualified to provide the necessary technical expertise and infrastructure for uninterrupted support, as outlined in FAR Part 6.302-1. The contract will span three years, consisting of a one-year base period with two additional one-year options, and will be awarded on a Firm-Fixed Price basis. For further inquiries, interested parties may contact Jeffrey S. Fussell at jeffrey.s.fussell.civ@army.mil or Lany Gonzales at lany.g.gonzales.civ@army.mil.
    Intent to Sole Source with Alternative Consideration - MBTI/TKI
    Active
    Dept Of Defense
    The Department of Defense, specifically the Mission Installation Contracting Command (MICC) at Fort Leavenworth, Kansas, intends to award a sole-source contract to The Myers-Briggs Company for the provision of MBTI/TKI Instruments to the Army University. This procurement is aimed at fulfilling the Army's need for self-assessment tools that facilitate personal and professional development, which are critical for enhancing leadership and teamwork within military education programs. Interested vendors may propose alternative self-assessment tools that demonstrate comparable effectiveness to MBTI/TKI, but must provide substantial evidence of their capabilities to be considered. Responses must be submitted to Contract Specialist Alec Creekmore via email by 3:00 PM CDT on November 1, 2024, with the understanding that the government will not cover any costs incurred in the response process.
    Notice of Intent to Sole Source- IFPC HPM Gen II under Other Transaction Agreement (OTA)
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Rapid Capabilities and Critical Technologies Office (RCCTO), intends to award a sole-source prototype project under an Other Transaction Agreement (OTA) for the Generation II Integrated Fires Protection Capability High Power Microwave (IFPC-HPM) to Epirus, Inc. This initiative aims to enhance the existing IFPC-HPM prototype by incorporating soldier feedback from Engineering Developmental Tests, thereby improving its effective range, lethality, reliability, and safety as part of the Army's modernization strategy for air and missile defense. Interested parties may submit capability statements to demonstrate their ability to provide the requested prototypes, with a deadline for submissions set for 1300 EST on October 18, 2024. For further inquiries, contact Joshua E. Flinn at joshua.e.flinn.civ@army.mil.