NOTICE OF INTENT TO SOLE SOURCE - SHADE REPLACEMENT
ID: HT9425-24-P-0069Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEFENSE HEALTH AGENCY (DHA)ARMY MED RES ACQ ACTIVITYFORT DETRICK, MD, 21702, USA

NAICS

Blind and Shade Manufacturing (337920)

PSC

INSTALLATION OF EQUIPMENT- MISCELLANEOUS (N099)
Timeline
    Description

    NOTICE OF INTENT TO SOLE SOURCE - SHADE REPLACEMENT

    The Department of Defense, specifically the Defense Health Agency (DHA), through the Army Medical Research Acquisition Activity, has issued a Special Notice for the procurement of shade replacement services. This procurement falls under the NAICS industry category of Blind and Shade Manufacturing (NAICS code: 337920) and the PSC industry category of Installation of Equipment-Miscellaneous (PSC code: N099).

    The service being procured is the replacement of window shades in building 808 on Fort Detrick, Frederick, Maryland. The current shades in the building allow excessive brightness from outside light, causing discomfort for employees. To address this issue, the U.S. Army Medical Research Acquisition Activity (USAMRAA) is seeking the installation of darker shades (PW4001 1%U64 ASH) to mitigate direct sunlight.

    The intended recipient of the Firm Fixed Price Sole Source Purchase Order is Direct Path Corporation, located at 5230 Eisenhower Avenue, Alexandria, VA 22304-4816. This decision is in accordance with the Federal Acquisition Regulation (FAR) 13.106-1(b)(1), which allows for sole sourcing when only one source is reasonably available due to factors such as urgency, exclusive licensing agreements, brand-name, or industrial mobilization.

    Building 808 was constructed by the United States Army Corps of Engineers in 2023 under a contract awarded to Manhattan Construction Company. The incumbent Contractor responsible for the shade's installation during building construction was Direct Path Corporation. Therefore, working with the incumbent Contractor will provide cost savings for the replacement effort.

    This notice of intent is not a request for quotations (RFQ). However, other firms interested in providing these services must fully identify their interest and capability to do so by 18 May 2024. The primary point of contact for this procurement is Jennifer Bassett, reachable at jennifer.s.bassett.civ@health.mil or 301-619-2268.

    Attachments: Redacted J&A

    Lifecycle
    Title
    Type
    Similar Opportunities
    WINDOW COVERINGS - 646
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the procurement and installation of Mecho/5x window shades at the VA Pittsburgh Healthcare System, specifically for the newly renovated 48-hour observation wing. This brand-name-only requirement includes the installation of 5 single and 16 double custom shades, which must comply with ADA and fire safety regulations, and utilize anti-microbial, UV-protective materials suitable for a healthcare environment. Proposals must be submitted electronically by December 30, 2025, and should include detailed drawings, literature, a cost proposal, and a completed line-item spreadsheet, with the contract expected to be awarded for work scheduled between January and June 2026. For further inquiries, interested parties can contact Andrea Aultman-Smith at andrea.aultman-smith@va.gov or by phone at 484-475-5619.
    Justification and Approval for Sole Source award for Portfolio and Resource Management Division (PRMD) Infrastructure and Service Resource Management Branch (ISRMB) Support Services.
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is seeking to award a sole source contract for support services related to the Portfolio and Resource Management Division (PRMD) Infrastructure and Service Resource Management Branch (ISRMB). This procurement aims to secure essential management support services that are critical for the effective operation and oversight of the DHA's resource management initiatives. The contract, referenced as HT001123C0069, underscores the importance of specialized support in enhancing the efficiency of defense health operations. Interested parties can reach out to Saera Khan at saera.khan.civ@health.mil or 703-681-6507, or Erwin Rivera at erwin.rivera.civ@health.mil or 703-681-4300 for further details.
    USMC Specialized Parachutes - Notice of Intent to Sole Source
    Dept Of Defense
    The Department of Defense, through the Marine Corps Systems Command (MCSC), intends to award a sole source contract for specialized parachutes, specifically the Container Delivery System (CDS) and Joint Precision Airdrop System (JPADS) parachutes, to Airborne Systems North America of NJ Inc. This procurement is critical for ensuring mission readiness and personnel safety, as these parachutes are essential for various military operations involving aerial delivery. The contract is justified under Federal Acquisition Regulation Part 6.302-1(b)(1)(ii) due to Airborne Systems being the only contractor capable of meeting the stringent requirements necessary for these specialized parachutes. Interested parties may direct inquiries to Bianca Bishop at bianca.bishop.civ@usmc.mil or Eric G. Daniels at eric.g.daniels@usmc.mil within 15 days of the announcement, with the required delivery scheduled for the second quarter of Fiscal Year 2026.
    Big Top Shelters by Big Top Manufacturing LLC
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Fleet Logistics Center Norfolk, intends to award a Sole Source Firm Fixed Price Contract to Big Top Shelters Manufacturing LLC for the procurement of prefabricated metal building components. This contract is being pursued under FAR 6.302-1, indicating that the goods are available from only one source, which highlights the specialized nature of the products required. The prefabricated metal buildings are crucial for various military applications, providing essential shelter solutions in diverse environments. Interested parties can direct inquiries to Morgan L. McDaniel at morgan.l.mcdaniel6.civ@us.navy.mil for further details regarding this opportunity.
    Notice of Intent to Sole Source for construction and renovation of Building 4517 at Seymour Johnson AFB, NC
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers Louisville District, is seeking to procure construction and renovation services for Building 4517 at Seymour Johnson Air Force Base in Goldsboro, North Carolina. The project includes a sole-source requirement for the Best Coremax Keying System and various Furniture, Fixtures, and Equipment (FF&E) items, with specific part numbers and detailed descriptions provided for each item. This procurement is critical for enhancing the operational capabilities of the facility, ensuring that all products are made in the USA. Interested parties must submit a capability statement to Ethan Phillips at ethan.s.phillips@usace.army.mil by 1:00 PM ET on December 26, 2025, to be considered for this opportunity.
    Notice of Intent to Award Sole Source to California Department of Public Health
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), intends to award a sole source contract to the California Department of Public Health for Newborn Screening Services. This procurement is essential for supporting the Naval Medical Center San Diego, Naval Hospital Camp Pendleton, and Navy Medicine Training Center Twentynine Palms, as mandated by various legislative requirements. The contract will be a Commercial, Firm-Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ) agreement, with the agency identifying only one responsible source that can meet its needs. Interested parties may submit bids or proposals for consideration, with inquiries directed to Jessica Medina at jessica.l.medina21.civ@health.mil by December 17, 2025, at 1600 PST. The applicable NAICS Code is 621511, with a business size standard of $41.5 million.
    Redacted J&A
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is seeking professional support services as outlined in the Justification and Approval (J&A) document. The procurement aims to fulfill specific requirements related to health services, although detailed objectives are provided in the attached FAR Part 6 J&A document. These services are critical for maintaining the operational effectiveness of health programs within the military context. Interested parties can reach out to Jaclyn Svincek at jaclyn.p.svincek.civ@health.mil or Jennifer C. Jackson at jennifer.c.jackson18.civ@health.mil for further information, with the performance expected to take place in Silver Spring, MD.
    Justification and Approval to Sole Source of Construction of the Paint Shop integrated into Battalion Complex Phase II and III project
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to sole source the construction of a paint shop integrated into the Battalion Complex Phase II and III project at Joint Base Langley Eustis (JBLE), Virginia. This construction effort involves the establishment of a paint shop that will be incorporated into the facilities at the east end of the Hangar currently under construction as part of Contract No. W91236-20-C-2025. The project is critical for enhancing operational capabilities at the base, ensuring that the necessary facilities for maintenance and operations are available. Interested parties can reach out to primary contact Dariya M. Walker at dariya.m.walker@usace.army.mil or by phone at 757-201-7748, or secondary contact Katya Oxley at ekaterina.oxley@usace.army.mil or 757-201-7026 for further details.
    NOTICE OF INTENT TO SOLE SOURCE - ISPORTSMAN INTERFACE
    Dept Of Defense
    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.
    NOTICE OF INTENT TO SOLE SOURCE-ARCHITECT-ENGINEERING SERVICES VA PHOENIX HOSPITAL REMODEL WARD 2C
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, intends to award a sole source contract for architect-engineering services related to the remodel of Ward 2C at the Carl T. Hayden Veterans Affairs Medical Center in Phoenix, Arizona. The contract will be awarded to Nagel Services LLC, which will provide essential support for the renovation project. This procurement is critical for enhancing the facilities at the VA Phoenix Hospital, ensuring that veterans receive improved care in a modernized environment. For further inquiries, interested parties can contact Dominic M. Pebenito at 213-452-3243 or via email at Dominic.M.Pebenito@usace.army.mil, or Christina M. Chavez at 213-452-3246 or christina.chavez@usace.army.mil.