NYARNG Notice of Intent to Sole Source for Slingload Trainers
ID: W912PQ-25-P-0002Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7NR USPFO ACTIVITY NY ARNGLATHAM, NY, 12110-2224, USA

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

TRAINING AIDS (6910)
Timeline
    Description

    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.

    Files
    Title
    Posted
    The document serves as a justification for a government contract action dated September 5, 2024, concluding with approval from the Contracting Officer, Ashley Pace. The primary purpose is to certify that the anticipated costs related to the contract are deemed fair and reasonable. It confirms that the Justification is complete and accurate, emphasizing the accountability of the contracting officer responsible for the subsequent contract signing. The certification includes key contact details for Ashley Pace, including a date, phone number, and email address. This document outlines essential procedural requirements in the context of federal government Requests for Proposals (RFPs), ensuring compliance and transparency in contract management while maintaining a formal approval process.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    Notice of Intent to Sole-Source: WORLD INSTITUTE OF LEADERSHIP AND LEARNING, LTD
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army's Mission and Installation Contracting Command at Fort Knox, intends to award a sole-source contract to the World Institute of Leadership and Learning, Ltd. This contract involves the revision of "The Good Teacher" training program for approximately 4,000 JROTC instructors, focusing on enhancing critical thinking and ethical decision-making skills through updated training materials that reflect current cultural scenarios. The training is crucial for improving the effectiveness of JROTC instructors in high school environments. Interested parties must submit their responses by October 23, 2024, at 11:00 A.M. Eastern Time, to Galina Halterman at galina.n.halterman.civ@army.mil, including a statement of interest and relevant company information.
    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.
    Posting Justification and Approval
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command at Aberdeen Proving Ground, intends to award a sole source firm-fixed price contract for the procurement of five Mobile Tactical Command Shelters (MTCS) from L3Harris Technologies Inc. This acquisition is critical for enhancing the military command and communication capabilities of Albania, ensuring compatibility with existing L3Harris equipment and avoiding significant operational risks and financial losses estimated at $3.1 million. The contract is justified under the Foreign Military Sales (FMS) Case DT-B-WAQ, citing L3Harris as the only responsible source capable of meeting the specific integration requirements due to proprietary specifications. Interested parties may express their interest and capability to respond to this requirement by August 7, 2024, with delivery expected no later than September 2024. For inquiries, contact Rem D. Ngo at Rem.D.Ngo.civ@army.mil or Aqua M. Jefferson at aqua.m.jefferson.civ@army.mil.
    Manufacturing, Testing, and Delivery of Slings, Sling Components and Sling Assemblies
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Crane Division, is soliciting proposals for the manufacturing, testing, and delivery of slings, sling components, and sling assemblies. This procurement aims to secure specialized rigging and related supplies essential for defense operations, with a contract period extending through June 30, 2027. The solicitation is set aside for small businesses, emphasizing compliance with federal regulations and performance standards outlined in the Statement of Work. Interested contractors should note that the submission deadline has been extended to October 24, 2024, at 2:00 PM, and can contact Bradley Axsom at bradley.l.axsom.civ@us.navy.mil or 812-381-3850 for further information.
    SOLE SOURCE Service contract for the replacement of liner bearings in the Non-Rotating Control Swash Plate P/N 7-311527061.
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a sole-source service contract for the replacement of liner bearings in the Non-Rotating Control Swash Plate P/N 7-311527061, crucial for the Rotor Control Branch's operations. This contract is designated for Sargent Aerospace & Defense, LLC, the original equipment manufacturer (OEM), which possesses the proprietary processes and technical data necessary for this specialized work. The contract, funded by Army Working Capital Funds, is set to commence in FY 2025 with a performance period of 12 months, and the offer due date is scheduled for 11:00 AM on October 22, 2024. Interested parties can contact Terry B. Clark at terry.b.clark4.civ@army.mil or by phone at 361-961-6489 for further details.
    Cable TV, Wired and Wireless Internet for Fort Drum, NY
    Active
    Dept Of Defense
    Intent to Award Single Source BPA To Charter Communications Operating, LLC The Department of Defense, specifically the Department of the Army, intends to award a single-source Firm Fixed Price Blanket Purchase Agreement (BPA) to Charter Communications Operating LLC, DBA Spectrum. This procurement is for business class wired Cable television (CATV) services in Fort Drum, NY. The BPA will be in effect for a period of five years, not to exceed April 15, 2028. The Government has determined that Charter Communications is the only known provider in the Fort Drum geographical area based on previous acquisitions and market research. This notice is not a request for quotations, but responses will be used to determine if competition exists.
    Maine Army National Guard Promotional Items
    Active
    Dept Of Defense
    The Maine Army National Guard, under the Department of Defense, is seeking proposals from qualified small businesses for the procurement of Recruiting and Retention Promotional Items. This requirement is specifically set aside for total small business participation and involves the provision of various promotional items primarily made from textiles, as detailed in the solicitation documents. These items are crucial for enhancing recruitment efforts and maintaining retention within the National Guard. Interested vendors should note that delivery is expected within 90 days following the approval of physical samples, and proposals will be evaluated based on technical merit, price, delivery, and past performance. For further inquiries, interested parties can contact Darlene Howes at darlene.r.howes.civ@army.mil or Thomas Ryan at thomas.j.ryan36.civ@army.mil.
    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.
    Repair/Replace Overhead Cranes on Fort Drum
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking multiple businesses to enter into a Blanket Purchase Agreement (BPA) for Repair of Overhead Crane Hoists at Fort Drum, NY. The cranes range in size from half ton to 35 ton and there are approximately 395 cranes on Fort Drum. The Contractor must be able to submit invoices in Wide Area Workflow (WAWF). BPAs will be evaluated annually and may remain in place for up to five years. Interested parties must be registered with the System for Award Management Registration (SAM) under NACIS code 811310. The registrations can be done through System for Award Management (SAM) for free.