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 Sole Source
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NIWC Pacific, intends to issue a sole source contract for the procurement of Oracle software licenses, maintenance, support renewals, and associated services. This contract will utilize other than full and open competition procedures to acquire essential software and hardware solutions, including Oracle Advanced Customer Services and Oracle Consulting Services, to support IT operations across the DoD enterprise. The procurement is critical for maintaining operational efficiency and ensuring robust IT infrastructure within the defense sector. Interested parties can reach out to Susan Chamberlin at susan.a.chamberlin.civ@us.navy.mil or call 717-377-0474 for further details.
    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 - 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 Sole Source
    Commerce, Department Of
    The Department of Commerce is announcing a sole source procurement for IT services, indicating that the contract will be awarded to a single vendor without a competitive bidding process. This decision is based on the authority granted under FAR 8.405-6(a)(1)(i)(B), which allows for such actions when only one source is deemed capable of fulfilling the requirements. The procurement is critical for supporting the department's management operations, and all inquiries regarding this opportunity should be directed to Lauren Gueye at lgueye@doc.gov, as telephone inquiries will not be accepted. The place of performance for this contract will be in Washington, DC, and further details can be found in the attached justification document.
    Notice of Intent to Sole Source Department of Defense Enterprise Software Initiative (DoD ESI) for Oracle
    Dept Of Defense
    The Department of Defense, specifically the Naval Information Warfare Center, Pacific (NIWC Pacific), intends to award a sole-source contract to Oracle America, Inc. for Oracle commercial products and services under Contract Number N66001-26-D-0020. This procurement aims to secure an indefinite delivery/indefinite quantity (IDIQ) agreement for Oracle software licenses, maintenance, hardware, support, and consulting services, which are critical for the operational needs of the entire DoD enterprise, the Intelligence Community, and the Coast Guard. The estimated value of this contract is approximately $7.13 billion, justified under 10 U.S.C. § 3204(c)(1) due to Oracle being the only responsible source, with a contract structure designed to provide significant discounts and efficiency. Interested parties may submit capability statements via SAM.gov by December 25, 2025, although the government retains discretion over the non-competitive decision, with an estimated award date set for January 2025. For further inquiries, contact Susan Chamberlin at susan.a.chamberlin.civ@us.navy.mil or call 717-377-0474.
    Notice of Intent to Sole Source to Instant Technologies
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Atlantic, intends to award a Firm-Fixed-Price purchase order for the renewal of support and maintenance for Instant Technologies Team Sessions software. This procurement aims to secure one year of support for various Team Sessions components, including multiple enclaves and a plug-in, with a performance period from March 1, 2026, to February 28, 2027. The software is critical for facilitating communication and collaboration within the Navy's operational framework. Interested parties may submit capability statements or proposals by 2:00 p.m. EST on December 17, 2025, to Jessica Neves at jessica.l.neves.civ@us.navy.mil, as the government will consider responses to determine if a competitive procurement is warranted.
    Notice of Intent to Award to DELL Federal Systems
    Dept Of Defense
    The Department of Defense, specifically the Naval Information Warfare Center Pacific (NIWC Pacific), intends to award a Firm-Fixed-Price purchase order on a noncompetitive basis to DELL Federal Systems. This procurement is focused on acquiring IT and telecom services, particularly related to servers and perpetual license software, as outlined in the NAICS code 541519 and PSC code 7B22. The goods and services being sought are critical for the Navy's operational capabilities, ensuring they have the necessary technology to support their missions. For further details, interested parties can contact Paolo Mendoza at paolo.r.mendoza.civ@us.navy.mil or by phone at 619-553-7835.
    DRS SI-9919 1U Chassis Assembly for SI-9174 Tuners
    Dept Of Defense
    The Department of Defense, specifically the Naval Research Laboratory, intends to award a sole source purchase order for the DRS SI-9919 1U Chassis Assembly for SI-9174 Tuners to DRS Signal Solutions, Inc. of Frederick, Maryland. This procurement is necessary to fulfill specific agency requirements that can only be met by this single source, as no other supplies or services are deemed adequate. The goods are critical for radio and television broadcasting and wireless communications, aligning with the NRL's operational needs. Interested parties may express their capability to meet this requirement, but the government retains discretion over whether to pursue competitive procurement. For inquiries, contact James Chappell at james.chappell@nrl.navy.mil or call 202-923-1418, referencing Notice of Intent number N00173-26-Q-1301273048.
    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.
    Notice of Intent to Sole Source GSA
    Energy, Department Of
    The Department of Energy intends to sole source a follow-on task order to LRP Publications, Inc. for the provision of CyberFEDS Workman’s Compensation and Manager Advantage databases. This procurement aims to secure access to a unique combination of case decisions, statutes, regulations, manuals, guides, pay tables, bulletins, and news groups, which are critical for effective management and compliance in workplace safety and compensation. The task order will be executed against GSA Schedule 47QTCA20D002P, with performance taking place in Road Forks, New Mexico. For further inquiries, interested parties may contact Brenda Rae Hamilton at brenda.hamilton1@nnsa.doe.gov or by phone at 505-845-5657.