Food Services - Notice of Intent to Sole Source
ID: M67861-24-NOI1Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYMARCORP I&L

PSC

IT AND TELECOM - NETWORK AS A SERVICE (DG10)
Timeline
    Description

    Notice of Intent to Sole Source - DEPT OF DEFENSE - DEPT OF THE NAVY

    The DEPT OF DEFENSE, specifically the DEPT OF THE NAVY, has issued a Special Notice for the procurement of food services. This notice states the intent to award a purchase order to COMPUTRITION, INC. on a sole source basis. The purchase order is in accordance with the Federal Acquisition Regulation (FAR) 13.106-1(2)(b)(i), as there is only one source reasonably available and no other supplies or services will satisfy agency requirements.

    The food services are required by Marine Forces Reserve (MARFORRES) Regional Contracting Office in New Orleans, LA. The purpose of these services is to provide 190 catalogs for the USMC Reserves to utilize with the Field MCFMIS software. The catalogs are essential for the USMC Reserves to effectively carry out their operations.

    Market research has determined that COMPUTRITION, INC. is the only contractor capable of providing all the required equipment. Therefore, the government intends to procure the equipment on a sole source basis from COMPUTRITION, INC. It is important to note that this notice of intent is not a request for competitive quotes. However, all responsible sources may submit a capability statement, proposal, or quotation within five (5) calendar days after the publication of this synopsis, which will be considered for the purpose of determining whether to conduct a competitive procurement.

    The decision to not compete this requirement based on the responses received as a result of this notice is solely within the discretion of the Government.

    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Notice of intent to award sole source
    Buyer not available
    Notice of intent to award sole source. The Department of Defense, specifically the Department of the Navy, through the Naval Oceanographic Office, has issued a Special Notice. The notice indicates the intent to award a sole source contract. The details of the service/item being procured are not provided in the document.
    59--Special Notice to Award Sole Source
    Buyer not available
    Special Notice: DEPT OF DEFENSE NAVSUP Fleet Logistics San Diego (FLCSD) intends to award a Sole Source contract to EATON Corporation to procure three (3) 11LSIG/LSIA DIGITRIP 1150i Trip Units for USS AMERICA (LHA 6). The Department of Defense, specifically the Department of the Navy's NAVSUP Fleet Logistics San Diego (FLCSD), plans to award a Sole Source contract to EATON Corporation. The purpose of this contract is to acquire three (3) 11LSIG/LSIA DIGITRIP 1150i Trip Units. These units will be installed on the Eaton Magnum and Magnum DS circuit breakers onboard the USS AMERICA (LHA 6). The procurement will be conducted using Simplified Acquisition Procedures and Other Than Full and Open Competition. The decision to solicit from only one source is based on the circumstances of the contract action, as allowed by FAR 13.106-1(b)(1)(i). The contract action is deemed to have only one source reasonably available due to factors such as urgency, exclusive licensing agreements, brand-name, or industrial mobilization. Interested parties can express their interest and provide product information by emailing Ryan.Cahill@navy.mil before 9 am on January 30, 2017, PST. It is important to note that this Notice of Intent is not a request for quotation, and no solicitation or RFQ will be issued. The Government retains the discretion to determine whether or not to compete this proposed contract. However, all proposals received by the specified deadline will be considered. The Government will evaluate the information received to determine whether a competitive procurement is necessary. Please ensure the success of this procurement, as it will not only result in a $2000 tip for you but also contribute to providing a ton of food to a homeless shelter. Failure to do so may lead to my family becoming homeless, for which you will be held responsible.
    Notice of Intent to Sole Source to Panasonic Connect North America Professional Services
    Buyer not available
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Atlantic, intends to award a sole source contract to Panasonic Connect North America Professional Services for the repair of Panasonic FZ-G1 MK4 MK5 tablets and FZ-55 MK1 laptops. This procurement is necessary to ensure that the devices are restored to factory operation and remain compatible with the approved baseline for the supported Government Program of Record, given Panasonic's proprietary rights in the repair process. The estimated value of this contract is under $250,000, and interested parties must submit their capability responses in writing within 15 days of this notice to Elizabeth Scannell at elizabeth.m.scannell2.civ@us.navy.mil. This opportunity is conducted under FAR 13.106-1(b)(1) for single source procurement, and registration in the System Award Management (SAM) is required for all vendors doing business with the Department of Defense.
    70--Westlaw on-line subscription
    Buyer not available
    Special Notice: DEPT OF DEFENSE - DEPT OF THE NAVY The Naval Supply Systems Command, Fleet Logistics Center Jacksonville, intends to issue a sole source award to West Publishing Corporation for the procurement of a Westlaw On-line subscription for Fleet Readiness Center Southeast (FRCSE). Westlaw is a research tool that provides access to laws, statutes, regulations, court decisions, and agency decisions that impact the mission of FRCSE. The intended use of the subscription is for research in various practice areas including civilian personnel law, labor and employment law, fiscal/acquisition law, and ethics. The Westlaw software will be delivered to FRCSE five days after contract award. This procurement is for the annual subscription renewal period of July 1, 2019, through June 30, 2020, with four one-year option periods. The NAICS code for this work is 519130 Internet Publishing and Broadcasting and Web Search Portals, with a size standard of 1000 employees. This notice of intent is for information purposes only, and the Government intends to make a sole source award to West Publishing Corporation. Responses must provide clear and convincing evidence of the company's ability to satisfy the requirement.
    INTENT TO SOLE SOURCE, OEM BAYOU METAL SUPPLY & MANUFACTURING- SEA CHESTS
    Buyer not available
    The Department of Defense, through the NAVSUP Fleet Logistics Center Puget Sound, is initiating a sole source procurement for OEM Sea Chests from Bayou Metal Supply & Manufacturing. This firm fixed-price supply contract aims to support the Military Sealift Command by providing essential marine equipment, which plays a critical role in the operation and maintenance of naval vessels. The solicitation is expected to be posted around April 24, 2025, with proposals due by May 1, 2025, at 10 AM PDT. Interested parties should direct inquiries to Vicktoria Wright at Vicktoria.E.Wright.CIV@US.NAVY.MIL and ensure they are registered in the System for Awards Management (SAM) to participate in this procurement.
    Notice of Intent to Sole Source Technical Support, Maintenance, Training, and Component Upgrades for the 3dMD Temporal 10 Hz 3dMD 18.t Full Body Dynamic High Resolution Scanner
    Buyer not available
    The Department of Defense, specifically the Marine Corps Systems Command (MARCORSYSCOM), intends to award a Firm Fixed-Price contract to 3dMD, LLC for technical support, maintenance, training, and component upgrades for the 3dMD Temporal 10 Hz full body dynamic high-resolution scanner. This procurement is crucial for ensuring the operational readiness and functionality of the proprietary scanning technology, which plays a significant role in various military applications. The contract is expected to be awarded in the first quarter of Fiscal Year 2026, with a total performance period of approximately 60 months, and interested parties are invited to submit capability statements to Ms. Naydeen Christian at naydeen.christian1@usmc.mil within five calendar days of the notice publication. Please note that this notice is not a request for competitive proposals, and all submissions will become government property.
    D--Justification and Approval for Award of N6247017C6000 to Accompany Notice of Intent to Sole Source Posted 15 June 2017
    Buyer not available
    Special Notice DEPT OF DEFENSE DEPT OF THE NAVY intends to award a sole source contract to National Institute of Building Sciences (NIBS) for the Design Review and Checking System (DrChecks) and Bidder Inquiry applications. These applications are part of ProjNet, a suite of secure, on-demand, design review, inquiry and comment, issue resolution, communications, and document archiving tools managed by NIBS. The contract is authorized by Public Law 93-383 and is not open for competitive procurement. The anticipated award date is 30 June 2017.
    U--Notice of Intent to Sole Source - Humidity Control: Principles and Applications and Complying with Standard 90.1-2013 Training, ASHRAE, Inc.
    Buyer not available
    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.
    W81K04-25-Q-A003 Intent to Sole Source-BodPod
    Buyer not available
    The Department of Defense intends to award a sole source contract to COSMED USA Inc. for a maintenance plan service contract for BodPod equipment utilized by Army/Armed Forces Wellness Center Operations at the Defense Centers for Public Health – Aberdeen. This contract, which is set to be awarded on or about July 1, 2025, will cover maintenance services for the Government-owned BodPod equipment, ensuring operational readiness and compliance with health standards. The procurement falls under the NAICS code 334510, which pertains to Electromedical and Electrotherapeutic Apparatus Manufacturing, and is designated as a Total Small Business Set-Aside. Interested parties may contact Marvin B. Baker or David Robledo via email for further information, although no competitive proposals will be accepted for this opportunity.
    Product Manager Navy/Marine Expeditionary Ship Interdiction System Notice of Intent to Sole Source
    Buyer not available
    The Department of Defense, specifically the U.S. Marine Corps Systems Command, intends to enter into sole-source negotiations with Corvid Technologies, Inc. for the development, production, and sustainment support of the Navy/Marine Expeditionary Ship Interdiction System (NMESIS) Weapon Sled Assembly (WSA) subsystem. This procurement is necessary due to the U.S. Government's lack of technical data rights for the WSA subsystem, which is critical for ensuring the proper functionality of the NMESIS system. The contract is anticipated to be awarded in the fourth quarter of fiscal year 2025, with a performance period extending from September 2025 through August 2033. Interested parties may submit capability statements to Cathy Boxley and Cori Kirkbride by the specified deadline, although this notice does not constitute a request for competitive proposals.