Notice of Intent to Sole Source
ID: W44W9M325501FRType: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW390 MCALESTER ARMY AMMO PLANTMCALESTER, OK, 74501-5000, USA

PSC

MISCELLANEOUS PREFABRICATED STRUCTURES (5450)
Timeline
    Description

    Notice of Intent to Sole Source DEPT OF DEFENSE DEPT OF THE ARMY

    The Department of Defense, specifically the Department of the Army, intends to issue a sole source purchase order for an x-ray software image inspection system with the original installer. This system is intended for use at the McAlester Army Ammunition Plant. The purpose of this system is to inspect x-ray images for quality and compatibility with existing equipment. The only authorized supplier for this system is VJ Technologies Inc, who has the necessary expertise to ensure uniform compatibility and performance. This procurement will be awarded under 'other than full and open competition' as authorized by FAR 6.302-1. This notice is not a request for offers, but rather a notification of the intent to procure this specific item. The Government will consider responses to this notice to determine whether to conduct future competitive procurements for this item. The primary contact for this procurement is Andrea Jones, who can be reached at andrea.jones36.civ@army.mil.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    Notice of Intent to Sole Source to SPI Borescopes, LLC.
    Active
    Dept Of Defense
    The Defense Threat Reduction Agency (DTRA) intends to award a sole source contract to SPI Borescopes, LLC for the procurement of two Recon Pro Model 3915 Systems, which include all interchangeable probes. This specialized equipment is essential for inspection purposes, requiring high image quality, articulation capabilities, and low-heat illumination to ensure the safety of sensitive equipment. The DTRA has confirmed that SPI Borescopes is the only vendor that meets these critical specifications following extensive market research, which included outreach to multiple companies. Interested parties can direct inquiries to Jocelyn M. Fritz at jocelyn.m.fritz.civ@mail.mil or Eric M. Rode at dtra.belvoir.J4-8C.mbx.J0XS-Support-Services@mail.mil. This procurement is categorized under a Total Small Business Set-Aside, and further details can be found in the attached Justification and Approval document.
    Intent to Sole Source CT-40 Purchase to CSECO
    Active
    Dept Of Defense
    The Department of Defense, specifically the Utah Army National Guard, intends to award a sole source contract for the purchase of two CT-40 Contraband Team Inspection Kits from CSECO. This procurement is essential for enhancing contraband detection capabilities, as the kits include specialized tools such as the K910G Density Meter and V20 Videoscope, which are critical for safely executing search warrants and identifying hazardous materials. The CSECO kits are recognized for their effectiveness and are endorsed by law enforcement agencies, underscoring their importance in counterdrug efforts. Interested parties must submit their interest and capability to the contracting officer, Otha Henderson, by September 9, 2024, at 0700 AM (Mountain Time), to be considered for this procurement.
    NOTICE OF INTENT TO AWARD A SOLE SOURCE – POLY INC
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), intends to award a sole source contract to Poly Inc. for the provision of a specialized software tool designed for analyzing and validating Line of Sight (LoS) for live fire training ranges. This procurement is critical for the Range Training Land Program (RTLP), which assists military agencies in the design of training ranges worldwide, necessitating software that is fully compatible with existing engineering applications such as Bentley OpenRoads and Autodesk Civil 3D. The contract will include the delivery of the software within 12 months, along with necessary technical support and training for personnel, ensuring effective utilization of the tool. Interested parties may express their capabilities to respond to this requirement within 15 calendar days of the notice, with inquiries directed to William G. Seelmann at william.g.seelmann@usace.army.mil.
    Intent to Sole Source to North Star Imaging Inc.
    Active
    Dept Of Defense
    The Department of Defense, specifically the Marine Corps Air Station (MCAS) Cherry Point, intends to award a sole source contract to North Star Imaging Inc. for on-site service of an X5000 CT Scanner, which is essential for tube conditioning. This procurement arises from the Fleet Readiness Center East's requirement for specialized maintenance services, with market research indicating that North Star Imaging is the only source capable of fulfilling this need as the original equipment manufacturer. Interested parties may submit a capability statement within five calendar days of this notice, although this is not a request for competitive quotes. For further inquiries, contact Patwanda Brown at patwanda.brown@usmc.mil or Larry Davis at larry.davis1@usmc.mil.
    Notice of Intent to Sole Source -PHOENIX LIDAR SYSTEMS LLC
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, intends to award a sole-source contract to Phoenix Lidar Systems LLC for the procurement of a miniRANGER-3 LITE system, complete with software and accessories, for the 802 Civil Engineering Squadron. This specialized equipment is crucial for search, detection, navigation, and guidance applications, particularly in unmanned aircraft operations. The government is soliciting interest from other potential suppliers, but market research indicates that Phoenix Lidar Systems LLC is the only qualified source capable of fulfilling the requirements. Interested parties may submit their quotes by September 11, 2024, at 12:00 PM CST, and should direct inquiries to Bismark Badu at bismark.badu.3@us.af.mil or call 210-671-1727.
    Notice of Intent to Sole Source - DIANA Software for USACE IWR - RMC
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) intends to award a sole source firm fixed-price contract for the DIANA software, specifically the "DIsplacement ANAlyzer (DIANA)," which is crucial for risk analysis in dam and levee projects. The procurement aims to secure a one-year lease for the software, with the potential for four additional one-year renewals, supporting essential risk assessments under the National USACE Asset Management Program. The DIANA software is vital for conducting thermal analyses necessary for major construction projects, including the significant Garrison Dam Spillway Modification, with a budget of $6 billion. Interested firms that believe they can meet the requirements are encouraged to submit written notifications to the Contracting Officer within 15 days of this announcement, with the contract period beginning on September 30, 2024, and running through September 29, 2029. For inquiries, contact David A. Kaplan at david.a.kaplan@usace.army.mil or Helen (Kieran) Jacobson at Helen.Jacobson@usace.army.mil.
    NOTICE OF INTENT TO AWARD: Sole Source, Adapt Laser Systems LLC
    Active
    Dept Of Defense
    The Department of Defense, specifically the 673d Contracting Squadron at Joint Base Elmendorf-Richardson in Alaska, intends to award a sole source contract to Adapt Laser Systems LLC for training and maintenance services related to a CL1000 High Power Handheld Laser Ablation System. This procurement is critical as it involves specialized services that can only be provided by the authorized service provider due to the proprietary nature of the equipment. The government has determined that this sole source award is justified under FAR 6.302-1, and interested parties may submit proposals for consideration before the deadline of 2:00 PM AKDT on September 13, 2024. For inquiries, potential bidders can contact SSgt Nimma Thorne at nimma.thorne@us.af.mil or Mr. Zachery Pullen at zachery.pullen.1@us.af.mil.
    Q522--Notice of Intent to Sole Source
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 05, intends to award a sole source contract to VetMed Group for Teleradiology services at the Beckley VA Medical Center. This procurement is based on the determination that VetMed Group is the only responsible source capable of meeting the agency's requirements, as outlined under FAR 13.106-1(b)(1) and 41 USC §3304(a)(1). Teleradiology services are critical for providing timely and accurate diagnostic imaging, which supports the healthcare needs of veterans. Interested parties should note that this notice is strictly informational, with no solicitation document available, and any inquiries will not be accepted. For further information, contact Sue Lepore, Contract Specialist, at sue.lepore@va.gov or by phone at 410-642-2411.
    Notice of Sole Source Intent
    Active
    Dept Of Defense
    The Department of Defense, specifically the Mission and Installation Contracting Command (MICC) at Yuma Proving Ground, Arizona, intends to award a sole source contract to Revvity Health Sciences, Inc. for the maintenance and repair of specialized laboratory equipment. The contract will cover the JANUS G3 Standard and Tri-Carb TR4910 Liquid Scintillation Counter, both of which require proprietary parts and trained technicians for servicing, as Revvity does not permit third-party repairs. The anticipated period of performance for this firm-fixed price contract is from September 17, 2024, to September 16, 2029. Interested firms must demonstrate their technical capabilities by September 9, 2024, and direct inquiries to Damon McLaughlin at damon.j.mclaughlin.civ@army.mil or by phone at 928-328-6285.
    J065--Intent to Sole Source Notice - Roche Analyzer Maintenance
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 2, intends to award a sole source contract to Roche Diagnostic Corp for maintenance services on Roche Cobas X 480 and Z 480 analyzers at the Brooklyn VA Medical Center. The contract will encompass full service and preventive maintenance, which includes labor, tools, transportation, and necessary parts (excluding non-vendor parts), ensuring that the equipment is maintained according to manufacturer specifications. This procurement is critical for maintaining operational standards at the medical facility, and the contract will consist of a one-year base period with four optional renewal years, authorized under FAR 6.302-1 for non-competitive procurement. Interested parties must express their interest and capability by September 11, 2024, via email to Contracting Officer Andres Cepeda at andres.cepeda@va.gov.