Notice of Intent to Sole Source - Humidity Control: Principles and Applications and Complying with Standard 90.1-2013 Training, ASHRAE, Inc.
ID: N6247016T8010Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM ATLANTICNORFOLK, VA, 23508-1278, USA
Timeline
    Description

    Notice of Intent to Sole Source - Humidity Control: Principles and Applications and Complying with Standard 90.1-2013 Training, ASHRAE, Inc.

    The Department of Defense, specifically the Department of the Navy, through the Naval Facilities Engineering Command, intends to award a sole source contract to the American Society of Heating Refrigerating and Air Conditioning Engineers, Inc. (ASHRAE). The contract is for the provision of two ASHRAE courses: Humidity Control: Principles and Applications, and Complying with Standard 90.1-2013. These courses will be conducted at six different locations: NAVFAC NW (Silverdale, WA), NAVFAC Atlantic (Norfolk, VA), NAVFAC Pacific (Pearl Harbor, HI), NAVFAC SE (Jacksonville, FL), NAVFAC Washington (Washington, DC), and NAVFAC SW (San Diego, CA).

    The purpose of this procurement is to provide training on humidity control principles and applications, as well as compliance with Standard 90.1-2013. These courses are essential for ensuring proper HVAC system operation and energy efficiency in various naval facilities across the country. The training will equip personnel with the necessary knowledge and skills to effectively manage humidity levels and comply with industry standards.

    This procurement falls under the Special Notice category and meets the conditions of FAR 13.106-1(b)(1), which allows for a sole source contract when only one responsible source is reasonably available to provide the required supplies. It is important to note that this Notice of Intent is not a request for Expressions of Interest (EOIs), proposals, or quotations. No solicitation documentation exists, and no telephone inquiries will be accepted.

    The North American Industry Classification System (NAICS) Code for this procurement is 611430, Professional and Management Development Training. The Small Business size standard is $11 million. ASHRAE, being a large business, is the identified source for this requirement.

    Interested parties may submit a statement of capabilities if they believe they can meet the requirement. However, it is crucial to provide clear and convincing evidence that competition would be advantageous to the Government. The Government will be the sole determiner regarding a company's ability to meet all requirements.

    If no responses are received within two weeks after the publication of this notice, a firm fixed price sole source award will be made to ASHRAE. The anticipated award date is 7 April 2016.

    For further information or to submit a statement of capabilities, interested parties should contact Amber Forehand-Hughes at amber.forehand@navy.mil or call 757-322-8336.

    Please note that the Government does not intend to pay for any information provided under this notice. The decision to not compete this proposed contract is solely within the discretion of the Government.

    In summary, the Department of Defense, Department of the Navy, intends to award a sole source contract to ASHRAE for the provision of Humidity Control: Principles and Applications and Complying with Standard 90.1-2013 training courses. These courses will be conducted at six different locations to ensure proper humidity control and compliance with industry standards in naval facilities.

    Point(s) of Contact
    No information provided.
    Files
    No associated files provided.
    Similar Opportunities
    U--HVAC and Building Automated Systems Training
    Active
    Dept Of Defense
    Presolicitation notice from the Department of Defense, specifically the Department of the Navy, is seeking HVAC and Building Automated Systems Training. This training is typically used to educate and train individuals on the operation and maintenance of HVAC systems and building automation systems. The notice mentions that the training will be conducted through Johnson Controls. For more details, refer to the attached Single Source Determination.
    SOLE SOURCE NOTICE
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Norfolk, intends to award a Sole Source Firm Fixed Price Contract to Controlled Environment Systems LLC for specialized services. This procurement is being conducted under FAR 6.302-1, which allows for sole source contracts when only one source is deemed capable of fulfilling the requirements. The services sought are critical for the maintenance and repair of commercial and industrial machinery and equipment, ensuring operational readiness and efficiency. Interested parties may challenge this sole source determination by submitting written information to Nichole Stevens at nichole.stevens@navy.mil, as the Government will consider such challenges in deciding whether to compete the requirement.
    U--Incorporating Single Source Justification
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking a Certified Energy Manager Training service. This service is typically used to provide a comprehensive Five-Day training program and exam for Certified Energy Manager (CEM) Certification and Testing. The training will take place from 12 June 2017 to 16 June 2017 in San Diego, CA. The training program is being procured from AEE seminars, the sole source provider of this program. This procurement is not open to competitive proposals.
    SOLE SOURCE NOTICE
    Active
    Dept Of Defense
    The Department of Defense, specifically the NAVSUP Fleet Logistics Center Norfolk, intends to award a Sole Source Firm Fixed Price Contract to Vine Leadership Group LLC for professional and management development training services. This procurement is being conducted in accordance with FAR 6.302-1, which allows for sole source contracts under specific circumstances, indicating that the services provided by Vine Leadership Group LLC are deemed unique and necessary for the Government's needs. Interested parties are invited to challenge this sole source determination by providing sufficient information to demonstrate that an equivalent service exists, with challenges to be submitted in writing to Nichole Stevens at nichole.stevens@navy.mil. This notice serves as a special announcement and is not a request for proposals or quotations.
    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.
    INTENT TO AWARD TO A SINGLE SOURCE - Daikin Applied Americas Inc
    Active
    Commerce, Department Of
    The National Oceanic and Atmospheric Administration (NOAA) intends to award a sole source contract to Daikin Applied Americas Inc for the overhaul and maintenance of a McQuay chiller located at the NOAA Main Laboratory in Pascagoula, Mississippi. The contractor will be responsible for providing all necessary parts, labor, and warranty to ensure the chiller operates reliably and efficiently throughout the year, with the overhaul scheduled to occur during the winter months of December 2024 through February 2025. This specialized service is critical as it involves proprietary technology and components unique to the McQuay brand, requiring factory-trained technicians for the complex overhaul process. Interested parties may submit documentation to Heather Mahle at heather.mahle@noaa.gov within 15 days of this notice if they believe they can meet the requirements, although no solicitation package is available.
    44--ASSY, DEHUMIDIFIER - AND OTHER REPLACEMENT PARTS
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is seeking to procure dehumidifier assembly and other replacement parts under a presolicitation notice. The procurement involves a specific National Stock Number (NSN 7H-4440-016207374) with a quantity of 9 units, which must be sourced from designated suppliers due to the lack of available technical data or rights for alternative sourcing. This equipment is critical for maintaining operational efficiency and reliability in naval systems. Interested parties are encouraged to contact Aryel Ryan at (717) 605-4614 or via email at ARYEL.A.RYAN.CIV@US.NAVY.MIL for further details, noting that this opportunity is set aside for small businesses and is not open for competitive proposals.
    NOTICE OF INTENT TO SOLE SOURCE TO METTLER-TOLEDO LLC
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center San Diego, intends to award a sole source contract to Mettler-Toledo LLC for the maintenance, calibration, repair, and service of the Naval Postgraduate School’s Thermal Gravimetric Calorimeter/Differential Scanning Calorimeter (TGA/DSC). The contract will cover essential tasks including comprehensive maintenance and service, calibration verification, and prompt diagnosis and repair of any failures, all to be completed within specified timeframes following the contract's initiation. This equipment is critical for conducting precise thermal analysis, which is vital for various research and development activities within the Navy. Interested parties must submit their capability statements by 4:00 PM Pacific Standard Time on September 3, 2024, via email to Noni Arcilla at noni.p.arcilla.civ@us.navy.mil, as no competitive proposals will be accepted.
    A--Notice of Intent to Sole Source for CO2 Capture related services, training and
    Active
    Energy, Department Of
    The Department of Energy's National Energy Technology Laboratory (NETL) intends to negotiate and award a sole source purchase order to SINTEF Industry for specialized CO2 capture-related services and training. The procurement includes training on monitoring emissions, conducting manual isokinetic emissions measurements, analytical services for testing compounds from CO2 capture absorber columns, and the acquisition of a Solvent Degradation Rig. This initiative is crucial for advancing carbon capture technology and ensuring effective monitoring of emissions, with SINTEF Industry identified as the only capable provider based on market research. Interested parties that believe they can meet these requirements must submit their capabilities in writing to Brittany Rohrer at brittany.rohrer@netl.doe.gov by 4:00 PM EST on September 19, 2024.
    69--Sole Source Intent Notification - F/A-18C/D Tactical Operational Flight Trainers (TOFTs) Upgrade and Relocation
    Active
    Dept Of Defense
    Presolicitation notice from the Department of Defense, Department of the Navy, for the procurement of F/A-18C/D Tactical Operational Flight Trainers (TOFTs) Upgrade and Relocation. The Naval Air Warfare Center Training Systems Division (NAWCTSD) intends to award a modification to a delivery order under Basic Ordering Agreement (BOA) N61340-12-G-0001 to L-3 Communications Corporation, Link Simulation and Training Division (L-3) Company. The procurement includes the upgrade and relocation of F/A-18C/D Storage Area Network (SAN) Configuration for TOFTs, Device 2F193 (Serial Numbers 25/26/27) from NAS Lemoore, CA to Marine Corps Air Station (MCAS) Iwakuni, Japan, Technical Product Office (TPO) Naval Air Station (NAS) China Lake, CA, and L-3 Facility Arlington, TX. The procurement also involves the removal and delivery of existing Brief/Debrief Station (BDS) currently at NAS Lemoore to MCAS Iwakuni. This sole source procurement is pursued under statutory authority of 10 U.S.C. (c)(1) as implemented by the Federal Acquisition Regulation (FAR) 6.302-1. No solicitation documents are available. For more information, contact Ricardo Elias at 407-380-4101 or Ricardo.L.Elias@navy.mil.