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
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.
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.
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 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 for overseeing medical research facility operations and maintenance, ensuring compliance with quality standards across facilities ranging from 22,140 to 1,000,000 square feet. This procurement is critical for maintaining operational continuity and supporting military health research initiatives, with a contract period from May 16, 2025, to May 15, 2030, and options for extensions. Interested parties must submit their proposals by April 21, 2025, and direct inquiries to Nathaniel Reus at nathaniel.a.reus.civ@health.mil or 301-619-9209.
Pentagon Classified Waste Destruction Facility (PCWDF) Operation, Maintenance and Repair Services
Buyer not available
The Department of Defense, through the Washington Headquarters Services (WHS), is seeking qualified vendors for the operation, maintenance, and repair services of the Pentagon Classified Waste Destruction Facility (PCWDF). This Sources Sought Notice aims to identify potential contractors under NAICS code 562213, specifically those experienced in managing incinerators and ensuring compliance with Virginia's environmental regulations. The selected contractor will be responsible for routine operations, preventive maintenance, emergency repairs, and adherence to both original equipment manufacturer (OEM) standards and regulatory requirements, with the current contract expiring on August 31, 2025. Interested parties must submit their Capability Statements by May 1, 2025, at 2:00 p.m. Eastern time, and can contact Roya Sterner at roya.m.sterner.civ@mail.mil or Samra Yoseph at samra.y.yoseph.civ@mail.mil for further information.
SOLE SOURCE – CMM-MANAGER SOFTWARE
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking to procure software maintenance services for CMM-Manager software, which is critical for inspection operations within the Navy. The procurement includes licenses for various CMM-Manager products, with specific part numbers and dongle serial numbers, and extends service periods through December 2029, allowing for optional renewals based on funding and equipment status. This sole-source procurement is directed to Omni-Tech Calibration Services due to brand-specific requirements, although other vendors may submit capability statements for consideration. Interested parties must submit their offers via email to Trista Ray by April 16, 2025, at 4:00 PM Eastern Time, and ensure they are registered in the System for Award Management (SAM).
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).
CMPRO Software
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking to procure CMPRO software exclusively from Professional System Associates, Inc. This procurement is justified as a sole-source acquisition due to CMPRO being the only tool that meets the Navy's specific cybersecurity and operational requirements for the Unmanned Influence Sweep System (UISS) and Littoral Combat Systems. The contract will be awarded as a firm fixed-price purchase order, with interested parties invited to submit capabilities statements by 11:59 AM on April 15, 2025, to assess the potential for competitive procurement. Inquiries regarding this opportunity can be directed to Michael Bonaiuto at michael.bonaiuto@navy.mil.
Intent to Sole Source SpaceSaver Shelf Repairs
Buyer not available
The Department of Defense, specifically the U.S. Army's MICC-West Point, intends to solicit and negotiate a sole-source contract for the repair of SpaceSaver shelving at the United States Military Academy Library. This procurement is aimed at ensuring the maintenance of essential shelving systems, which are critical for the library's operations and storage capabilities. The total award amount for this contract is $34 million, with a performance period scheduled from May 1, 2025, to September 25, 2025. Interested vendors are encouraged to submit capability statements or proposals by March 18, 2025, to Shawn Valastro at shawn.m.valastro.civ@army.mil, as the government retains discretion over the competitive nature of the procurement.
LEGACY DATA CONSOLIDATION SOLUTION – HEALTH INFORMATION ARCHIVE
Buyer not available
The Department of Defense, through the Defense Health Agency (DHA), intends to award a sole source contract to Mediquant, LLC for the provision of Health Information Archive (HIA) services aimed at consolidating legacy data and maintaining software systems. This contract will support the Enterprise Intelligence and Data Solutions (EIDS) Program Management Office (PMO) by mapping and loading data sets into Mediquant's proprietary data model and ensuring the operational integrity of the HIA, which is crucial for managing health-related information. The contract is expected to be a Firm Fixed-Price agreement with a base period of 12 months and four additional option periods, with an anticipated award date no later than December 2024. Interested parties may express their capabilities to Domonique Holmes via email at domonique.p.holmes.civ@health.mil within 7 calendar days of this notice.
Administrative Support Services, WRAIR
Buyer not available
The Department of Defense, through the Defense Health Agency (DHA), is seeking qualified contractors to provide Administrative Support Services for the Walter Reed Army Institute of Research (WRAIR). The procurement aims to gather capabilities from businesses to deliver comprehensive administrative support for senior personnel, including general administrative services, training support, and operational assistance, particularly for the Operations and Security Directorate and the Office of Global Operations. This contract, designated as an 8(a) set-aside, emphasizes the need for contractors to possess advanced skills in Microsoft Office and comply with security clearance requirements, reflecting the high standards of professionalism required in a military context. Interested parties must submit their responses to the Request for Information (RFI) by April 21, 2025, with the contract expected to commence in July 2025 and extend through four option periods, ensuring ongoing administrative support. For further inquiries, contact Nathaniel Reus at Nathaniel.a.reus.civ@health.mil or call 301-619-9209.