NOTICE OF INTENT TO AWARD SOLE SOURCE CONTRACT to Dewey Publications INC to provide the items attached below UNDER AUTHORITY OF FAR 13.106-1(b)(1)(i)
ID: M0068125Q0063Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYUSMC

NAICS

Book Publishers (513130)

PSC

BOOKS AND PAMPHLETS (7610)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the U.S. Marine Corps, intends to award a sole source contract to Dewey Publications Inc. for the provision of essential legal reference materials. This procurement requires the delivery of three hard copies and one electronic copy of various legal texts, as well as four hard copies of two specific publications, all of which are critical for employment and labor attorneys to ensure they have the most current legal information. The exclusive nature of these publications, due to proprietary licensing agreements, necessitates this sole-source approach to avoid retraining costs and maintain mission readiness. Interested parties may submit expressions of interest via email to Sgt. Aniya Allen at aniya.allen@usmc.mil by 5:00 PM PST, three days after the publication of this notice, with the anticipated award date set for August 15, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    This memorandum outlines a determination made under FAR Part 13 regarding a procurement action where only one source is reasonably available for a specific requirement. The Western Area Council Office (WACO) seeks legal reference materials exclusively from Dewey Publications Inc. due to their sole ownership of the relevant legal publications critical for employment and labor attorneys at WACO. The justification for limited competition is based on exclusive licensing agreements, as the publications are proprietary and integral to the operations of WACO. Additionally, utilizing any other brand would necessitate retraining attorneys on new materials, which is not cost-effective and would impede mission readiness. The documentation includes certifications from involved officials confirming the accuracy and necessity of this sole-source determination for meeting WACO's specific legal reference needs. This process illustrates compliance with federal procurement regulations while ensuring that legal professionals are equipped with the most current and relevant information.
    The document outlines the government’s intent to award a sole source contract to Dewey Publications Inc for legal publications, as authorized under FAR 13.106-1(b)(1)(i). The contract includes a variety of specific legal texts published by Dewey Publications, including both print and PDF eBooks related to topics such as Family and Medical Leave Act (FMLA) litigation, Whistleblower Protection, and Federal Sector equal employment law. The notice emphasizes that this is not a solicitation for proposals or expressions of interest but invites entities to demonstrate their capability to fulfill the requirements. Interested parties must submit expressions of interest (EOIs) via email to the designated contact, with a deadline three days post-publication. The procurement will adhere to Simplified Acquisition Procedures with a projected award date of August 15, 2025. Contact details are provided for further communication. This notice represents standard federal contracting procedures intended to ensure compliance and transparency in awarding government contracts.
    Similar Opportunities
    NOTICE OF INTENT TO SOLE SOURCE - ISPORTSMAN INTERFACE
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command at Aberdeen Proving Ground, intends to issue a sole source Firm Fixed Price purchase order for the iSportsman interface, which serves as a website interface for the installation in Maryland. This procurement is aimed at acquiring a solution that meets the unique requirements of the United States Army Installation Management Command, with the iSportsman interface being the only option that complies with FEDRAMP requirements and the Sikes Act, ensuring standardized access for outdoor activities across military installations. Interested parties should note that responses to this notice must be submitted by December 12, 2025, at 9:00 AM EST, and the anticipated award date is set for January 1, 2026; for further inquiries, contact Margaret Keelty or Donna Poteat via their provided emails.
    Justification for Other than Full and Open Competition - Euromoney Global Ltd. Datasets
    Buyer not available
    The Defense Logistics Agency (DLA) is seeking to establish a sole-source contract with Euromoney Global Limited for the acquisition of two annual datasets that provide critical insights into companies and facilities involved in the production of strategic materials worldwide. This procurement is essential for the DLA Strategic Materials to fulfill its responsibilities related to the National Defense Stockpile, as Euromoney is the only source with the necessary licensing agreements to access unique databases covering over 40 strategic materials and thousands of related companies. The estimated value of this contract is $306,150, and a "Notice of Intent to Sole Source" has been published on SAM.gov, which received no responses, confirming the absence of alternative sources. Interested parties can contact David Kim at david.kim@dla.mil or 703-223-1934 for further information.
    Notice of Intent to Sole Source
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NIWC Pacific, intends to issue a sole source contract for the procurement of Oracle software licenses, maintenance, support renewals, and associated services. This contract will utilize other than full and open competition procedures to acquire essential software and hardware solutions, including Oracle Advanced Customer Services and Oracle Consulting Services, to support IT operations across the DoD enterprise. The procurement is critical for maintaining operational efficiency and ensuring robust IT infrastructure within the defense sector. Interested parties can reach out to Susan Chamberlin at susan.a.chamberlin.civ@us.navy.mil or call 717-377-0474 for further details.
    Notice of Intent to Award Sole Source Washington State Patrol Database ACCESS Subscription
    Buyer not available
    The Department of Defense, specifically the Mission Installation Contracting Command at Joint Base Lewis-McChord, intends to award a sole source contract for a subscription to the Washington State Patrol's ACCESS system, a web-based law enforcement information system. This procurement aims to secure monthly access to critical databases that provide law enforcement information from both state and federal sources, essential for the operational needs of law enforcement entities at JBLM. The Washington State Patrol is the sole provider of this vital data service, which supports functions such as checking for warrants and vehicle registrations, thereby playing a crucial role in the law enforcement mission within the JBLM community. Interested parties must express their interest and capability to respond by 12 PM PST on December 9, 2025, and can direct inquiries to Diana Neff at diana.c.neff.civ@army.mil.
    NOTICE OF INTENT TO SOLE SOURCE - iTHENTICATE
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center San Diego, intends to award a sole source contract to Turnitin Holdings LLC for a subscription to the iThenticate plagiarism detection software. This software is essential for the Naval Postgraduate School (NPS) to check graduate students' thesis and research papers for similarities to existing sources, thereby aiding in plagiarism prevention and improving writing skills. The subscription will cover a one-year period from December 14, 2025, to December 13, 2026, and includes key features such as direct source comparisons, pattern recognition, and access to ProQuest for a significant number of users. Interested parties must submit their capability statements by 3:00 PM PST on December 3, 2025, via email to Queen Idele at queen.e.idele.civ@us.navy.mil.
    BioOne Journal Subscription
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Engineer Research and Development Center (ERDC), intends to award a sole source contract for a BioOne Journal Subscription. This procurement involves acquiring one physical site license for the BioOne Complete Annual Subscription, which is proprietary to BioOne, the exclusive owner of the content provided. The subscription is crucial for accessing specialized scientific journals that support the Army's research and development efforts. Interested vendors may submit capability statements or proposals to April Porter at april.l.porter@usace.army.mil, with responses due by the specified deadline, although a solicitation will not be issued for competitive quotes.
    Notice of Intent to Sole Source Department of Defense Enterprise Software Initiative (DoD ESI) for Oracle
    Buyer not available
    The Department of Defense, specifically the Naval Information Warfare Center, Pacific (NIWC Pacific), intends to award a sole-source contract to Oracle America, Inc. for Oracle commercial products and services under Contract Number N66001-26-D-0020. This procurement aims to secure an indefinite delivery/indefinite quantity (IDIQ) agreement for Oracle software licenses, maintenance, hardware, support, and consulting services, which are critical for the operational needs of the entire DoD enterprise, the Intelligence Community, and the Coast Guard. The estimated value of this contract is approximately $7.13 billion, justified under 10 U.S.C. § 3204(c)(1) due to Oracle being the only responsible source, with a contract structure designed to provide significant discounts and efficiency. Interested parties may submit capability statements via SAM.gov by December 25, 2025, although the government retains discretion over the non-competitive decision, with an estimated award date set for January 2025. For further inquiries, contact Susan Chamberlin at susan.a.chamberlin.civ@us.navy.mil or call 717-377-0474.
    NOTICE OF INTENT TO SOLE SOURCE -- MATHWORKS
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center San Diego, intends to award a sole source contract to MathWorks Inc. for the procurement of a firm-fixed-price license for the MATLAB and Simulink product families. This requirement includes software maintenance for the existing MathWorks Total Academic Headcount (TAH) License, Campus Wide Suite, which is critical for the Naval Postgraduate School (NPS) in Monterey, California, as it supports various academic and research activities across the campus. Interested parties must submit a capability statement by 11:00 AM Pacific Standard Time on December 8, 2025, to Gabrielle Custodio at gabrielle.a.custodio.civ@us.navy.mil, as this notice is not a request for competitive proposals and no solicitation document exists for this requirement.
    Intent to Sole Source: LegisPro BillCompare Licenses from Xcential Corporation
    Buyer not available
    The Library of Congress intends to award a sole source contract to Xcential Corporation for LegisPro BillCompare licenses, as outlined in their notice of justification. This procurement aims to secure specialized software as a service that is critical for legislative comparison and analysis, which supports the Library's operational needs. The contract is expected to enhance the Library's capabilities in managing legislative documents effectively. Interested parties may submit a capability statement or proposal to the designated contacts, Quinn Cartheuser and Michael Schuman, by May 19, 2023, at 5 PM ET for consideration in the acquisition strategy.
    Notice of Sole Source
    Buyer not available
    The Department of Commerce is announcing a sole source procurement for IT services, indicating that the contract will be awarded to a single vendor without a competitive bidding process. This decision is based on the authority granted under FAR 8.405-6(a)(1)(i)(B), which allows for such actions when only one source is deemed capable of fulfilling the requirements. The procurement is critical for supporting the department's management operations, and all inquiries regarding this opportunity should be directed to Lauren Gueye at lgueye@doc.gov, as telephone inquiries will not be accepted. The place of performance for this contract will be in Washington, DC, and further details can be found in the attached justification document.