Notice of Intent to Sole Source
ID: W912DR25QA016Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2SD ENDIST BALTIMOREBALTIMORE, MD, 21201-2526, USA
Timeline
  1. 1
    Posted Apr 9, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 9, 2025, 12:00 AM UTC
  3. 3
    Due Apr 18, 2025, 3:00 PM UTC
Description

The Department of Defense, specifically the Baltimore District of the U.S. Army Corps of Engineers, has issued a Notice of Intent to Sole Source an award to Aquatic Informatics, ULC for the provision of labor and technical expertise necessary to maintain the Water Information Management System (WIMS). This procurement is justified under FAR 13.501(a), indicating that no other sources can fulfill the agency's specific requirements for these specialized services. The acquisition falls under NAICS code 541511, with a small business size standard of $34,000,000. Interested parties may submit responses to Contract Specialist Ayanah Savage or Contracting Officer Vincent Gier via email by April 18, 2025, although this notice does not constitute a request for competitive quotations.

Point(s) of Contact
No information provided.
Files
Title
Posted
Apr 9, 2025, 8:08 PM UTC
The Baltimore District of the U.S. Army Corps of Engineers has issued a Notice of Intent to Sole Source an award to Aquatic Informatics, ULC for the provision of necessary labor and technical expertise to maintain the Water Information Management System (WIMS). The decision to negotiate exclusively with Aquatic Informatics is justified under FAR 13.501(a), citing that no alternative sources can meet the agency's requirements. The acquisition falls under NAICS code 541511, with a small business size standard of $34,000,000. The government retains discretion on whether to pursue competitive procurement based on responses to this notice, which does not serve as a request for competitive bids. Interested parties may contact Contract Specialist Ayanah Savage or Contracting Officer Vincent Gier via email for submissions by April 18, 2025. The notice underscores the agency's intent to ensure efficiency and effectiveness in procurement for specialized services.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
Notice of intent to award sole source
Buyer not available
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.
Web Based Single-Access to Critical Engineering Standards and Technical References, known as Engineering Workbench ™
Buyer not available
The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD) in Lakehurst, New Jersey, intends to negotiate a sole source contract with Accuris, Allium US Holding LLC for the provision of a web-based platform known as Engineering Workbench™, which offers single-access to critical engineering standards and technical references. This procurement is essential for both military and commercial applications, as it ensures that the NAWCAD has access to the necessary engineering resources to support its operations. The Government will consider responses to this presolicitation notice within fifteen days of publication, although it is not a request for competitive proposals. Interested parties must be registered in the System for Award Management (SAM) to be considered, and inquiries can be directed to Tim Caracciolo at timothy.j.caracciolo.civ@us.navy.mil or by phone at 732-323-4643.
Product Manager Navy/Marine Expeditionary Ship Interdiction System Notice of Intent to Sole Source
Buyer not available
The Department of Defense, specifically the U.S. Marine Corps Systems Command, intends to enter into sole-source negotiations with Corvid Technologies, Inc. for the development, production, and sustainment support of the Navy/Marine Expeditionary Ship Interdiction System (NMESIS) Weapon Sled Assembly (WSA) subsystem. This procurement is necessary due to the U.S. Government's lack of technical data rights for the WSA subsystem, which is critical for ensuring the proper functionality of the NMESIS system. The contract is anticipated to be awarded in the fourth quarter of fiscal year 2025, with a performance period extending from September 2025 through August 2033. Interested parties may submit capability statements to Cathy Boxley and Cori Kirkbride by the specified deadline, although this notice does not constitute a request for competitive proposals.
Notice of Intent to Sole Source for DEWESoft Sirius Data Acquistion System
Buyer not available
The Department of Defense, specifically the U.S. Army Contracting Command at Aberdeen Proving Ground, intends to award a sole source contract for the procurement of the DEWESoft Sirius Data Acquisition System. This requirement arises from the need for specialized instrumentation that meets the unique electrical and operational specifications of the Aberdeen Test Center's Ballistic Instrumentation Division, emphasizing compatibility with existing Dewesoft hardware and software. The contract aims to facilitate rapid procurement and replacement of data acquisition system components, ensuring minimal disruption to testing operations while adhering to rigorous technical standards. Interested parties must express their interest and capability by May 6, 2025, with inquiries directed to Contract Specialist Tiffany D. White at tiffany.d.white23.civ@army.mil.
Web Based Single-Access to Critical Engineering Standards and Technical References, known as Engineering Workbench ™
Buyer not available
The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD) in Lakehurst, New Jersey, intends to negotiate a sole source contract with Accuris, Allium US Holding LLC for the provision of a web-based platform known as Engineering Workbench™, which offers single-access to critical engineering standards and technical references. This procurement aims to fulfill the unique requirements of both military and commercial applications, with Accuris being the only distributor capable of delivering the necessary solution. Interested parties are encouraged to respond within fifteen days of this notice, although the government does not intend to open the requirement to competitive proposals. For further inquiries, contact Tim Caracciolo at timothy.j.caracciolo.civ@us.navy.mil or by phone at 732-323-4643.
PRESOLICITATION NOTICE FOR INDEFINITE DELIVERY, INDEFINITE QUANTITY, MULTIPLE AWARD TASK ORDER CONTRACT FOR VARIOUS SMALL CONSTRUCTION PROJECTS IN ILLINOIS AND INDIANA
Buyer not available
Presolicitation Notice for Indefinite Delivery, Indefinite Quantity, Multiple Award Task Order Contract for Various Small Construction Projects in Illinois and Indiana The Department of Defense, specifically the Department of the Army, through the Chicago District of the U.S. Army Corps of Engineers, is planning to procure an Indefinite Delivery Indefinite Quantity Contract for Various Small Construction Projects in Illinois and Indiana. This contract will include one ordering period lasting two years, with a maximum aggregate value of $25,000,000.00. The construction projects will involve various elements such as potable water supply and storage, stormwater detention, treatment and distribution systems, sanitary, storm, and water pipeline installation and lining, drainage structures, pump and lift stations, wastewater treatment and water treatment system upgrades, supervisory control and data acquisition (SCADA), and site restoration including pavements, curb and gutter, sidewalks, seeding, and sodding. The work will be issued through negotiated firm-fixed price task orders, and the contractor will be responsible for providing all supervision, labor, supplies, and materials necessary for the completion of the tasks. The contract(s) will be awarded to small business concerns that submit proposals conforming to the solicitation and are within a technical/price competitive range. The evaluation factors include Technical Approach, Past Performance, and Price. Interested offerors must register with the System for Award Management (SAM) and the DoD Procurement Integrated Enterprise Environment (PIEE) to access the solicitation and submit proposals. The solicitation documents will be available in the fourth quarter of fiscal year 2024. To be eligible for award, the offeror must be registered in the System for Award Management (SAM). The Point of Contact for this acquisition is Ericka Hillard at (312) 846-5378 or ericka.d.hillard@usace.army.mil. The contracting office for this procurement is the USACE Chicago District, located at 231 SOUTH LaSALLE STREET, SUITE 1500, Chicago, IL 60604. The solicitation number to be referenced in all correspondence is W912P624R0010.
Washington Aqueduct Water Mains and Valves Emergency Repair and Replacement
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, Baltimore District, is seeking qualified 8(a) small businesses for a firm-fixed price, design-build contract for emergency repair and replacement of water mains and valves supporting the Washington Aqueduct. The procurement aims to provide engineering and construction services necessary for the repair, replacement, installation, and sterilization of water mains and associated infrastructure, ensuring the delivery of safe and reliable drinking water to approximately one million customers in Washington, DC, and Northern Virginia. This contract, valued at $8 million with a five-year ordering period, is critical for maintaining the operational integrity of the Washington Aqueduct, which is unique as a federally owned public utility. Interested parties can contact Ayanah Savage at ayanah.a.savage@usace.army.mil or 410-504-7839 for further information.
NSWCCD Intent to Sole Source The Mathworks Inc. Software Licenses
Buyer not available
The Naval Sea Systems Command Surface Warfare Center Carderock (NSWCCD) intends to award a sole source contract to The Mathworks, Inc. for software licenses, as outlined in their notice of intent. This procurement is justified under the statutory authority of 41 U.S.C. 1903, which allows for a sole source award when only one responsible source can meet the agency's requirements. The software licenses are critical for the agency's operations, ensuring that they have access to the necessary tools for their projects. For further inquiries, interested parties can contact David Crouch at david.w.crouch3.civ@us.navy.mil or by phone at 301-318-3929. This notice is not a request for proposals or quotations, and the decision to not compete this action rests solely with the Government.
Army Watercraft Sustainment Maintenance (AWSM) Program – Zone 3 – Pier Side - SYNOPSIS
Buyer not available
The Department of Defense, through the Army Contracting Command – Detroit Arsenal (ACC-DTA), is preparing to solicit proposals for the Army Watercraft Sustainment Maintenance (AWSM) Program, specifically for Zone 3 – Pier Side operations. This procurement aims to address the maintenance needs of the U.S. Army’s fleet of vessels, including emergency and un-programmed repairs, emergency drydocking, modernization, and modification efforts. The government plans to award approximately 14 Indefinite Delivery Indefinite Quantity (IDIQ) contracts, each covering five one-year ordering periods with an additional six-month option, with the Request for Proposal (RFP) expected to be released in April 2025. Interested parties can reach out to Brandon LaBonty at brandon.a.labonty.civ@army.mil or Christopher Murphy at christopher.m.murphy90.civ@army.mil for further information.
Army Watercraft Sustainment Maintenance (AWSM) Program – Zone 1 – CONUS - SYNOPSIS
Buyer not available
The Department of Defense, through the Army Contracting Command – Detroit Arsenal (ACC-DTA), is preparing to solicit proposals for the Army Watercraft Sustainment Maintenance (AWSM) Program, specifically for Zone 1 within the Continental United States (CONUS). This procurement aims to secure modifications, modernizations, and On-Condition Cyclic Maintenance (OCCM) for the U.S. Army's fleet of vessels, with a competitive bidding process that includes a partial set-aside for small businesses. The government plans to award approximately 14 Indefinite Delivery Indefinite Quantity (IDIQ) contracts, although it reserves the right to adjust this number. The Request for Proposal (RFP) is expected to be released in April 2025, and interested parties can reach out to Brandon LaBonty at brandon.a.labonty.civ@army.mil or Christopher Murphy at christopher.m.murphy90.civ@army.mil for further information.