Notice of Sole Source
Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR NORFOLKNORFOLK, VA, 23511-3392, USA

NAICS

Hotels (except Casino Hotels) and Motels (721110)

PSC

LEASE/RENTAL OF CONFERENCE SPACE AND FACILITIES (X1AB)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the NAVSUP Fleet Logistics Center Norfolk, intends to award a sole source Firm-Fixed Price Contract to the Sheraton Philadelphia Downtown Hotel for an upcoming training event. This procurement is necessitated by the specific logistical requirements of accommodating over 300 attendees, which include a large conference room, audiovisual equipment, Wi-Fi, meals, lodging, and sufficient overnight rooms, all of which other comparable hotels could not fulfill. The Sheraton was selected due to its desirable location, refurbished meeting rooms, and professional coordination, ensuring a positive experience for participants. Interested parties may challenge this sole source decision by submitting written information to the primary contact, Summer Robinson, at summer.n.robinson4.civ@us.navy.mil, for consideration by the Government.

    Point(s) of Contact
    Files
    Title
    Posted
    The NAVSUP WSS has identified the Sheraton, Downtown Philadelphia, as the sole source vendor for an upcoming training event. This decision stems from the lack of suitable space at NAVSUP WSS facilities and the inability of other comparable hotels to meet the specific logistical requirements. These requirements include accommodating over 300 attendees, providing a large conference room, audiovisual equipment, Wi-Fi, meals, lodging, and sufficient overnight rooms for the desired dates. Despite an internet search for alternative venues, no other hotel could meet the extensive needs for this large-scale event. The Sheraton was chosen for its desirable location, refurbished meeting rooms, professional coordination, and overall suitable atmosphere, minimizing potential negative conference experiences. This justification for a sole source action prevents full and open competition.
    Lifecycle
    Title
    Type
    Notice of Sole Source
    Currently viewing
    Special Notice
    Similar Opportunities
    Sole Source Justification for RDO Support Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through the NAVSUP FLT LOG CTR Norfolk, is issuing a sole source justification for contract N0018923CZ039, which pertains to RDO Support Services. This procurement aims to secure technical representative services related to containers, packaging, and packing supplies, which are critical for maintaining operational readiness and logistics support. The attached redacted Justification and Approval (J&A) document provides further details on the sole source decision. For inquiries, interested parties may contact Jacob Segal at jacob.a.segal.civ@us.navy.mil or by phone at 215-697-9813.
    Kittery/Portsmouth Lodging
    Dept Of Defense
    The Department of Defense, through the Portsmouth Naval Shipyard, is soliciting bids for lodging services in Kittery, Maine, specifically to secure 50 double-occupancy rooms nightly for 135 nights from February 1 to June 15, 2026. The contract, which is set aside for small businesses, requires accommodations that meet specific safety and service standards, including room specifications, weekly maid service, and compliance with fire safety regulations. This procurement is essential for providing safe and comfortable lodging for sailors stationed at the shipyard. Quotes are due by December 20, 2025, at 5:00 PM EST, and interested vendors must be registered in SAM and submit their proposals via email. For further inquiries, contact Alyssa Cress at alyssa.a.cress.civ@us.navy.mil or call 207-994-0740.
    SOLE SOURCE – SANs TRAINING
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure specialized training services for SANs (Storage Area Networks) under a sole source justification. This procurement aims to enhance the technical capabilities of personnel involved in IT and telecom business applications, particularly focusing on perpetual license software. The training is critical for ensuring operational efficiency and security within the Navy's IT infrastructure. Interested parties can reach out to Morgan Helton at morgan.m.helton.civ@us.navy.mil for further details regarding this opportunity.
    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 AWARD A SOLE SOURCE CONTRACT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, intends to award a sole source contract to Top Notch EDM Services, LLC, located in Conroe, Texas, for nondestructive testing (NDT) visual props that will expand the SSBA NDT Training Program across its multiple detachments. This procurement is critical as it aims to provide matching kits for existing training programs, ensuring consistency and effectiveness in training operations. The contract will be executed under Simplified Acquisition Procedures, utilizing Other Than Full and Open Competition due to the unique requirements and circumstances that justify a sole source award. Interested parties may express their interest and submit relevant product information via email to Hannah Lavoie at hannah.e.lavoie.civ@us.navy.mil, as no formal solicitation will be issued.
    Notice of Intent to Sole Source to Taylor & Francis Group
    Dept Of Defense
    The Department of Defense, specifically the Naval Research Laboratory (NRL), intends to award a sole source purchase order to Taylor & Francis Group for subscriptions to 5NetBASE (ENG, NANO, MATERIALS) and HBCP. This procurement is based on the determination that only Taylor & Francis Group can fulfill the NRL's specific requirements, which are critical for their research and development efforts. The purchase will be executed under Simplified Acquisition Procedures, with a total value not exceeding $250,000, and interested parties may submit their capabilities for consideration, although the final decision on competition will rest with the government. For further inquiries, interested vendors can contact Carrie Cawley at carrie.a.cawley.civ@us.navy.mil or Katrina Gallagher at katrina.t.gallagher.civ@us.navy.mil.
    Justification for Sole Source Contract for NCIS Cyber Directorate Support Services
    Dept Of Defense
    The Department of Defense, specifically the Naval Supply Systems Command Fleet Logistics Center Norfolk, is seeking to issue a sole source contract for Cyber Directorate Support Services to ManTech Advanced Systems International, Inc. This procurement aims to provide essential IT management support services for the Naval Criminal Investigative Service (NCIS) Cyber Directorate, ensuring the effective operation and security of cyber-related initiatives. The justification for this sole source contract highlights the critical nature of these services in supporting national defense operations. Interested parties can reach out to Jacob Segal at jacob.a.segal.civ@us.navy.mil or call 215-697-9813 for further details regarding this opportunity.
    Justification for Other than Full and Open Competition - Euromoney Global Ltd. Datasets
    Dept Of Defense
    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.
    L019 - Safe Haven lay/docking services.
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Norfolk, is seeking qualified vendors to provide Safe Haven lay/docking services. This procurement aims to secure services that will commence around March 17, 2026, and continue through March 17, 2031, covering a five-year ordering period, and will be solicited as a total small business set aside. These services are crucial for the operational readiness and maintenance of naval vessels, ensuring they have safe docking facilities when needed. Interested parties can reach out to Kelley Nevelsteen at kelley.j.nevelsteen.civ@us.navy.mil or Carlton Walton at carlton.walton@navy.mil for further information.
    Labor and Logistics Support at DDNV at Portsmouth, VA
    Dept Of Defense
    The Defense Logistics Agency (DLA) is planning to award a modification to the existing Labor and Logistics Support Contract SP3300-21-D-5004, specifically Task Order SP3300-21-F-5039, on a sole source basis to Advanced Technology Logistics, Inc. (ATL) for services at DLA Distribution Norfolk in Portsmouth, VA. This modification aims to extend the period of performance for two months, from June 1, 2023, to July 31, 2023, to ensure uninterrupted support for receipt processing, storage, warehousing operations, material issue, transportation, and clerical and technical support for Naval Sea Systems Command (NAVSEA) customers. The modification is necessary due to delays in the acquisition process, and ATL is deemed the only capable provider to avoid disruptions in service. For further inquiries, interested parties can contact Amber Lynne Whitney at amber.whitney@dla.mil or Karen D Ghani at karen.ghani@dla.mil.