Notice of Intent to Sole Source
Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEWASHINGTON HEADQUARTERS SERVICES (WHS)WASHINGTON HEADQUARTERS SERVICESWASHINGTON, DC, 203011000, USA

NAICS

Administrative Management and General Management Consulting Services (541611)

PSC

SUPPORT- PROFESSIONAL: PROGRAM MANAGEMENT/SUPPORT (R408)
Timeline
  1. 1
    Posted Apr 2, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 2, 2025, 12:00 AM UTC
  3. 3
    Due Apr 7, 2025, 3:00 PM UTC
Description

The Department of Defense, through the Washington Headquarters Services (WHS), intends to award a sole-source contract to Morgan 6, LLC for support services at the Irregular Warfare Center (IWC) and other designated sites. This firm-fixed-price contract is set for a period from May 1, 2025, to July 31, 2025, with Morgan 6 identified as the only entity capable of meeting the necessary requirements, which include personnel, equipment, and technical assistance. The procurement process aims to secure essential services efficiently, and while the government encourages other responsible sources to submit capability statements or quotations, it does not guarantee competition. Interested parties should direct any questions to Courtney Taitt or Nathan R. Pauly by April 7, 2025, at the provided email addresses.

Files
Title
Posted
Apr 2, 2025, 7:04 PM UTC
The Defense Security Cooperation Agency (DSCA) intends to award a sole-source contract to Morgan 6, LLC for support services at the Irregular Warfare Center (IWC) and other designated sites. The contract is a firm-fixed-price agreement set for a three-month period from May 1, 2025, to July 31, 2025. The government views Morgan 6 as the only entity capable of fulfilling the necessary requirements, which include personnel, equipment, and technical assistance. Responsible sources interested in competing for this contract are encouraged to submit capability statements or quotations, although submission does not guarantee competition. The agency will not bear costs incurred from preparing responses, and any determinations regarding competition will be at the government’s discretion. Questions regarding this notice should be submitted by April 7, 2025, to the specified email. This announcement is part of ongoing federal contracting procedures aimed at securing essential services through a streamlined process.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
MCICOM GF Housing Property Management Support Contract Notice of Intent to Sole Source
Buyer not available
The Department of Defense, specifically the Marine Corps Installation Command (MCICOM), intends to award a sole source bridge contract to Information Systems and Networks (ISN) Corporation for Housing Property Management Support (HPMS) services. This contract aims to ensure the continued management and support of approximately 724 Unaccompanied Housing facilities across 26 locations, which is critical for providing housing services to U.S. Marine Corps service members. The anticipated contract will include a six-month base period followed by two three-month option periods, with responses to this notice due by 5:00 PM EDT on April 10, 2025. Interested parties should submit their capability statements to the primary contact, Christina Neto, at christina.e.neto.civ@usmc.mil.
Notice of Intent to Sole Source - Remote Weapon Station Effort
Buyer not available
The Department of Defense, specifically the Marine Corps, intends to negotiate a sole-source contract with Kongsberg Defense & Aerospace Inc. for the procurement of a Remote Weapon Station, along with training, spares, engineering services, and sustainment. This procurement is critical as the Remote Weapon Station is the only known solution that meets the U.S. Marine Corps' requirements and is compatible with the MADIS Inc. 1 Command & Control software baseline. The anticipated contract will be a hybrid Cost-Plus-Fixed Fee/Firm-Fixed-Price agreement with a performance period of five years, and interested parties must submit their interest and capability responses by 10:00 AM local time on April 17, 2025, to Mr. Justin Hempe and Ms. Stasia Baker via the provided email addresses.
Comptroller XML Exhibits Tool
Buyer not available
The Department of Defense, through the Washington Headquarters Services, intends to award a sole source contract to Masslight, Inc. for the maintenance and specialized development of the Comptroller XML Exhibits (CXE) tool. This tool is critical for the Office of the Under Secretary of Defense, Comptroller, and the Defense Technical Information Center, as it facilitates the preparation, standardization, and submission of detailed budget information to Congress. The contract, which will run from June 30, 2025, to June 29, 2027, encompasses a range of support services including administration, cybersecurity, and program advisory services, aimed at assisting the OUSD(C) in achieving its objectives. Interested parties can reach out to Jimmie Toloumu at jimmie.j.toloumu.civ@mail.mil or 571-232-8259 for further inquiries.
MK VI Storage Laydown and Maintenance Support Services
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide storage, laydown, and maintenance support services for three MK VI Patrol Boats. The contractor will be responsible for all personnel, equipment, materials, and quality control necessary for these services, which will take place at the contractor's facility beginning May 1, 2025, for a period of one to four months, with the possibility of two one-month extensions. This procurement is particularly significant as it is a total small business set-aside, emphasizing the government's commitment to supporting small and economically disadvantaged businesses, including Women-Owned Small Businesses (WOSB). Interested parties must submit their quotes by April 14, 2025, and direct any inquiries to MSgt Timothy Frasier at timothy.frasier@us.af.mil or MSgt Thomas Emery at thomas.emery.2@us.af.mil.
NOTICE OF INTENT TO SOLE SOURCE TO JANES GROUP US LLC
Buyer not available
The Department of Defense, specifically the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center San Diego, intends to award a sole source contract to Jane’s Group US LLC for a specialized database subscription. This procurement aims to secure high-quality, validated, and unbiased open-source defense intelligence, which includes critical programs such as Defense Equipment and Technology, Defense Industry and Markets, Terrorism and Insurgency Centre, and Country Intelligence, all of which support various defense-related research and analysis efforts. The anticipated award date is on or before April 10, 2025, and interested parties must submit capability statements by 12:00 PM Pacific Standard Time on March 19, 2025, via email to Noni Arcilla at noni.p.arcilla.civ@us.navy.mil.
Notice of Intent - Sole Source - NMCI Support (BRIDGE)
Buyer not available
The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), intends to award a Sole Source contract to the Advanced Alliant Solution Team (AAST) for continued operational support of NMCI deskside support and standardized hardware and software services. This procurement aims to bridge the gap in contract support for the Naval Air Systems Command (NAVAIR) Program Management Aviation (PMAs) and NAWCAD Groups until a competitive follow-on contract is awarded. The contract period is anticipated to run from May 1, 2025, to October 31, 2025, with the primary place of performance located at Patuxent River, Maryland. Interested parties may direct inquiries to Brandon Reaser at brandon.p.reaser.civ@us.navy.mil or Ashley Graves at ashley.d.graves4.civ@us.navy.mil, noting that this notice is for informational purposes only and does not constitute a request for competitive proposals.
Notice of Intent to Sole Source - Support Services for TCI & DPOMS
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard's C5I Service Center, is issuing a special notice regarding a proposed sole-source contract for support services related to their Time Control Industrial (TCI) and Depot Management (DPOM) systems. The contract is intended to be awarded to Heuristic Management Systems Inc. (HMS Software) due to the proprietary nature of their software, which necessitates that only HMS can provide the required support, upgrades, and maintenance. This procurement is critical for ensuring the continued functionality and enhancement of the Coast Guard's software systems, which are vital for operational efficiency. Interested vendors are invited to submit their qualifications in writing to the designated contacts, Brianna Riffle and Mark Rushing, by 10:00 AM ET on April 7, 2025, as this notice is not a Request for Quotation (RFQ) and emphasizes written communication only.
SIRSI Dynix Software Maintenance Renewal NIPR/SIPR
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center Indian Head Division (NSWC IHD), intends to award a sole source contract for the renewal of SirsiDynix software maintenance for both NIPR and SIPR environments. This procurement aims to secure annual maintenance services for the SirsiDynix Symphony software, which is crucial for managing library records, digital file management, and maintaining an online reference catalog that supports the Tech Division's classified library system related to EOD 60-series publications. The contract will cover multiple components, including software extensions and annual subscriptions, with a performance period from April 1, 2024, to March 31, 2025, and options for two additional years. Interested vendors must respond by April 16, 2025, at 10 AM EST, and should direct their inquiries and submissions to Shannon Wooten at shannon.cloud-wooten@navy.mil, ensuring they are registered in the System for Award Management (SAM).
Rane Geopolitical Intelligence Platform
Buyer not available
The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, intends to procure a subscription renewal for the Rane Geopolitical Intelligence Platform, specifically for the Library at the National Defense University (NDU) in Washington, DC. This procurement aims to secure access to the Rane Worldview Teams subscription, which provides essential non-partisan, original open-source analysis critical for NDU's curriculum focused on national security, with support required from June 1, 2025, through May 31, 2026, and four additional 12-month option periods. The justification for a sole-source procurement highlights that Rane Network Inc. is uniquely positioned to meet the specific analytical needs of the NDU community, as no other vendor can provide the comprehensive and unbiased geopolitical analysis required for military strategic forecasting. Interested parties must submit their capabilities documentation to Contract Specialist Danielle Martin at danielle.n.martin18.civ@us.navy.mil by April 3, 2025, at 12:00 PM EST to be considered.
Facilities Project Management and Quality Assurance Support Logistics (LOG), Walter Reed Army Institute of Research (WRAIR)
Buyer not available
The Department of Defense, through the Defense Health Agency, is seeking proposals from qualified small businesses for Facilities Project Management and Quality Assurance Support Logistics at the Walter Reed Army Institute of Research (WRAIR). The contract aims to provide essential services to support the Facilities Management Department in overseeing operations and maintenance of medical research facilities, both domestically and internationally, with a focus on quality assurance and project management for various construction projects. This initiative is crucial for enhancing military health research capabilities and ensuring operational continuity in addressing health challenges faced by U.S. Service Members. Interested contractors must submit their proposals by April 9, 2025, with questions due by April 1, 2025; for further inquiries, Nathaniel Reus can be contacted at Nathaniel.a.reus.civ@health.mil or by phone at 301-619-9209.