Notice of Intent to Award Sole Source - Defense Ammunition Center (DAC), Explosives Safety and HAZMAT Distance Learning (DL) and Training Support Services (TSS)
ID: DAC02Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-ORLANDOORLANDO, FL, 32826-3224, USA

PSC

EDUCATION/TRAINING- TRAINING/CURRICULUM DEVELOPMENT (U008)
Timeline
    Description

    Notice of Intent to Award Sole Source - Defense Ammunition Center (DAC), Explosives Safety and HAZMAT Distance Learning (DL) and Training Support Services (TSS)

    The Department of Defense, specifically the Department of the Army, intends to award a sole source contract for Defense Ammunition Center (DAC) Distance Learning and Training Support Services (DLTSS). This contract is for the creation, design, development, testing, updating, enhancing, maintaining, delivering, and technical support for distance learning (web-based) training support to the DAC's certification training mission. The contractor will also be responsible for developing and maintaining Shareable Content Object Reference Model (SCORM) conformant courseware for delivery via various learning management systems. The contract will be awarded to Serco Inc, the incumbent contractor on the current DL contract for DAC, as they are the only respondent that demonstrated the capability to fulfill all the requirements. The estimated value of the contract is $9.259M. The period of performance is for a 12-month base with one 12-month option. The contract will be funded on an incremental basis beginning in FY24. The acquisition approach for this contract is Firm Fixed Price (FFP). A Sources Sought Notice was previously posted, but the government has determined that Serco is the only capable contractor for this requirement. Contractors who believe they can meet the requirement must submit their response by 7 November 2023. Please note that this notice does not constitute an invitation for bids or a request for proposal (RFP), and the U.S. Government will use the information received to determine whether other sources are available.

    Files
    No associated files provided.
    Similar Opportunities
    NOTICE OF INTENT TO AWARD A SOLE SOURCE – POLY INC
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), intends to award a sole source contract to Poly Inc. for the provision of a specialized software tool designed for analyzing and validating Line of Sight (LoS) for live fire training ranges. This procurement is critical for the Range Training Land Program (RTLP), which assists military agencies in the design of training ranges worldwide, necessitating software that is fully compatible with existing engineering applications such as Bentley OpenRoads and Autodesk Civil 3D. The contract will include the delivery of the software within 12 months, along with necessary technical support and training for personnel, ensuring effective utilization of the tool. Interested parties may express their capabilities to respond to this requirement within 15 calendar days of the notice, with inquiries directed to William G. Seelmann at william.g.seelmann@usace.army.mil.
    Notice of Intent to Sole Source to SPI Borescopes, LLC.
    Active
    Dept Of Defense
    The Defense Threat Reduction Agency (DTRA) intends to award a sole source contract to SPI Borescopes, LLC for the procurement of two Recon Pro Model 3915 Systems, which include all interchangeable probes. This specialized equipment is essential for inspection purposes, requiring high image quality, articulation capabilities, and low-heat illumination to ensure the safety of sensitive equipment. The DTRA has confirmed that SPI Borescopes is the only vendor that meets these critical specifications following extensive market research, which included outreach to multiple companies. Interested parties can direct inquiries to Jocelyn M. Fritz at jocelyn.m.fritz.civ@mail.mil or Eric M. Rode at dtra.belvoir.J4-8C.mbx.J0XS-Support-Services@mail.mil. This procurement is categorized under a Total Small Business Set-Aside, and further details can be found in the attached Justification and Approval document.
    Notice of Intent to Award a Sole Source Contract
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, intends to award a Sole Source contract to DeVal Life Cycle Support LLC for the procurement of Munitions Trailers, part number MHU-191, essential for outfitting U.S. Navy ships. This acquisition is justified under FAR Part 13 - Simplified Acquisition Procedures, citing the urgency and the exclusive licensing agreement that makes DeVal the only authorized provider and remanufacturing facility for these transporters since 1981. The Munitions Transporters are critical for securely storing and transporting munitions on Navy vessels, and the procurement is necessary to maintain operational efficiency without delays. Interested parties may contact Christopher P. Ramsden at christopher.p.ramsden2.civ@us.navy.mil or John Williams at john.r.williams95.civ@us.navy.mil for further information, although this notice is not a request for competitive proposals.
    NOTICE OF INTENT TO SOLE SOURCE TO L3 TECHNOLOGIES, INC.
    Active
    Dept Of Defense
    NOTICE OF INTENT TO SOLE SOURCE TO L3 TECHNOLOGIES, INC. The Department of Defense, specifically the Department of the Navy, intends to award a sole source contract to L3 Technologies, Inc. The contract is for maintenance services and materials for Autonomous Underwater Vehicles (AUVs). The Naval Oceanography Special Warfare Center (NOSWC) located in Coronado, CA requires maintenance and repair services for their Iver3 systems, which are a family of AUVs. The contractor will provide trained personnel to perform the maintenance service and repairs for NOSWC's Iver3-733 vehicle. The services include labor and testing for a Level 2 Complexity Repair, replacement of the Iver3 Battery section tube, and three joiner rings. Additionally, the contractor is responsible for shipping and handling. The contractor must notify the requiring activity point of contact upon completion of maintenance service and repairs and provide a detailed report within three business days. The anticipated award date for this contract is on or before November 6, 2023. Interested sources must submit a capability statement by October 26, 2023, demonstrating their ability to provide the required services.
    Notice of Intent to Award Sole Source- Oshkosh Defense LLC
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, intends to award a sole source contract to Oshkosh Defense, LLC for Original Equipment Manufacturer (OEM) training for mechanics on Oshkosh vehicle platforms at Fort Carson, Colorado. This procurement is essential to ensure that military personnel can effectively maintain and repair these specialized vehicles, as Oshkosh Defense is the only manufacturer capable of providing the necessary training due to the unique specifications and integration of their equipment. The estimated contract value is $550,000, with a performance period from September 30, 2024, to September 29, 2025. Interested parties may contact SSG Emmanuel Hernandez at emmanuel.hernandezcasiano.mil@army.mil for further information.
    Notice of Intent to Sole Source - DIANA Software for USACE IWR - RMC
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) intends to award a sole source firm fixed-price contract for the DIANA software, specifically the "DIsplacement ANAlyzer (DIANA)," which is crucial for risk analysis in dam and levee projects. The procurement aims to secure a one-year lease for the software, with the potential for four additional one-year renewals, supporting essential risk assessments under the National USACE Asset Management Program. The DIANA software is vital for conducting thermal analyses necessary for major construction projects, including the significant Garrison Dam Spillway Modification, with a budget of $6 billion. Interested firms that believe they can meet the requirements are encouraged to submit written notifications to the Contracting Officer within 15 days of this announcement, with the contract period beginning on September 30, 2024, and running through September 29, 2029. For inquiries, contact David A. Kaplan at david.a.kaplan@usace.army.mil or Helen (Kieran) Jacobson at Helen.Jacobson@usace.army.mil.
    NOTICE OF INTENT TO AWARD: Sole Source, Adapt Laser Systems LLC
    Active
    Dept Of Defense
    The Department of Defense, specifically the 673d Contracting Squadron at Joint Base Elmendorf-Richardson in Alaska, intends to award a sole source contract to Adapt Laser Systems LLC for training and maintenance services related to a CL1000 High Power Handheld Laser Ablation System. This procurement is critical as it involves specialized services that can only be provided by the authorized service provider due to the proprietary nature of the equipment. The government has determined that this sole source award is justified under FAR 6.302-1, and interested parties may submit proposals for consideration before the deadline of 2:00 PM AKDT on September 13, 2024. For inquiries, potential bidders can contact SSgt Nimma Thorne at nimma.thorne@us.af.mil or Mr. Zachery Pullen at zachery.pullen.1@us.af.mil.
    Notice of Intent to Sole Source Award - USACE Publication Depot Postal and Package Shipment Services
    Active
    Dept Of Defense
    Notice of Intent to Sole Source Award - USACE Publication Depot Postal and Package Shipment Services The Department of Defense, specifically the Department of the Army's USACE, intends to award a single-source contract to Federal Express Corporation for postal and package shipment services. This service is typically used for the domestic and international shipping of publications to various USACE sites. The contractor must provide continuous accountability and the preferred shipping method is standard ground shipping, with the flexibility for overnight shipping as required. FedEx is the only shipper who delivers to all needed USACE/Army locations. The contract will be in effect from January 1, 2024, to December 31, 2023. Interested parties may express interest and provide a capability statement by December 29, 2023, 5:00 PM Eastern Standard Time.
    Notice of Intent to Sole Source
    Active
    Justice, Department Of
    The Department of Justice, specifically the Drug Enforcement Administration (DEA), intends to award a sole source contract to RVet Operating, LLC (RecruitMilitary) for recruitment, job fair, and employment advertising services aimed at enhancing veteran hiring. This procurement is justified under FAR 6.302-1, as RecruitMilitary is uniquely positioned to meet the DEA's specific recruitment needs for veterans and transitioning service members, leveraging their extensive experience in organizing national career fair events and maintaining a comprehensive database of veteran candidates. The contract is set to commence on September 25, 2024, and will run until September 24, 2025, with options for two additional years, and interested vendors may submit proposals, although the DEA retains discretion regarding competitive procurement. For further inquiries, interested parties can contact Teresa Roshau-Delgado at teresa.a.roshaudelgado@dea.gov.
    70--INTENT TO SOLE SOURCE
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, intends to award a sole-source contract for the flexMIRT Software License to Vector Psychometric Group, LLC, located in Chapel Hill, NC. This procurement is essential for the Defense Language Institute at the Presidio of Monterey, as the software is crucial for analyzing item response data from the Defense Language Proficiency Test, ensuring testing accuracy and reliability through its unique multi-dimensional item response theory (MIRT) capabilities. The urgency of this acquisition is underscored by the need to maintain operational efficiency in military language proficiency assessments, with the contract expected to be awarded in fiscal year 2024. Interested parties may submit documentation demonstrating their capability to fulfill the requirement by September 10, 2024, and should direct inquiries to Jesse Bahr at jesse.c.bahr.civ@army.mil or Amy Potter at amy.n.potter5.civ@army.mil.