Intent to Sole Source with Alternative Consideration - Element B
ID: FY25ElementBCRA003Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FT LEAVENWORTHFORT LEAVENWORTH, KS, 66027-0000, USA

NAICS

Book Publishers (513130)

PSC

BOOKS AND PAMPHLETS (7610)
Timeline
  1. 1
    Posted Oct 18, 2024, 12:00 AM UTC
  2. 2
    Updated Oct 18, 2024, 12:00 AM UTC
  3. 3
    Due Nov 19, 2024, 9:00 PM UTC
Description

The Department of Defense, specifically the Army's Mission Installation Contracting Command at Fort Leavenworth, Kansas, intends to award a sole-source contract to The Schutz Company, Inc. for the provision of Element B testing instruments. This procurement is aimed at supporting the Army University, including the Army Command and General Staff College, by ensuring access to specialized testing tools that are critical for their educational and operational assessments. Interested vendors may propose alternative self-assessment tools that demonstrate similar capabilities to Element B, but must provide comprehensive evidence of their comparability. Responses to this notice must be submitted to Contract Specialist Alec Creekmore via email by 3:00 PM CST on November 19, 2024, with the understanding that the government will not be liable for any costs incurred in the response process.

Point(s) of Contact
Files
No associated files provided.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
NOTICE OF INTENT TO SOLE SOURCE FOR THE PROCUREMENT OF MICHIGAN SCIENTIFIC SW-SR2 STEERING EFFORT TORQUE AND ANGLE TRANSDUCER
Buyer not available
The Department of Defense, specifically the U.S. Army Contracting Command at Aberdeen Proving Ground, intends to award a sole source contract for the procurement of two Michigan Scientific SW-SR2 Steering Effort Torque and Angle Transducers, including necessary clamp sets. This specialized equipment is critical for mission-oriented automotive testing at the Automotive Test Center, and market research has confirmed that Michigan Scientific Corporation is the only supplier capable of meeting the specific requirements for this proprietary model. Interested parties are invited to express their interest and capability in writing by April 16, 2025, at 1:30 PM Eastern Daylight Time, although this notice does not constitute a request for competitive proposals. For further inquiries, contact Patrick Drabinski at patrick.j.drabinski.civ@army.mil or Birgit M. Jones at birgit.m.jones.civ@army.mil.
Universal testing machine
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of a Universal Testing Machine through a Combined Synopsis/Solicitation notice. This equipment is essential for measuring and controlling various materials and is categorized under the NAICS code 334519, which pertains to Other Measuring and Controlling Device Manufacturing. The procurement is set aside for small businesses, in accordance with FAR 19.5, emphasizing the importance of supporting small enterprises in government contracting. Interested vendors can reach out to Jessica Kelley at jessica.l.kelley24.civ@army.mil or by phone at 845-239-8263, or Ralph Jones at ralph.m.jones12.civ@army.mil or 315-772-1669 for further details.
Notice of Intent to Sole Source for DEWESoft Sirius Data Acquistion System
Buyer not available
The Department of Defense, specifically the U.S. Army Contracting Command at Aberdeen Proving Ground, intends to award a sole source contract for the procurement of the DEWESoft Sirius Data Acquisition System. This requirement arises from the need for specialized instrumentation that meets the unique electrical and operational standards of the Aberdeen Test Center's Ballistic Instrumentation Division, emphasizing compatibility with existing Dewesoft hardware and software. The contract aims to facilitate rapid procurement and replacement of data acquisition system components, ensuring minimal disruption to testing operations while adhering to rigorous technical specifications. Interested parties must submit their interest and capability by May 6, 2025, with inquiries directed to Tiffany D White at tiffany.d.white23.civ@army.mil.
Portacount Automated Test Facility (PATF) Specialized Equipment
Buyer not available
The Department of Defense, specifically the U.S. Army Contracting Command-Redstone, is seeking information from potential sources to supply specialized equipment for the Portacount Automated Test Facility (PATF). The procurement includes four specific items: a Differential Mobility Analyzer, four modernized PortaCount Plus units, a Condensation Particle Counter, and an Electrostatic Classifier, all intended for shipment to the TMDE Support Center in Camp Carroll, Korea. This initiative is part of the Army's efforts to enhance its testing and diagnostics capabilities, ensuring operational readiness and compliance with military standards. Interested vendors are invited to submit white papers detailing their capabilities by April 18, 2025, and should direct inquiries to Taylor Siskoff at taylor.c.siskoff.civ@army.mil or Lisa Armes at lisa.s.armes.civ@army.mil.
OA TESTING OF DODIC SY14 (B1-MODE SELETOR)
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking contractor support for the performance and reliability testing of the B-1B Mode Selector, specifically item SY14. The procurement involves conducting non-destructive tests and ballistic evaluations on 21 units to assess their condition, performance, and reliability, with a requirement to complete testing within 120 days of receiving government-furnished materials. This testing is crucial for ensuring the safety and efficacy of military ordnance components, and the contract is intended to be awarded as a sole source to Chemring Energetic Devices, Inc., under FAR 6.302-1. Interested vendors must be registered in the System for Award Management (SAM) and are invited to respond by April 11, 2025, with inquiries directed to Amy Anderson at amy.c.anderson2@navy.mil.
OA TESTING OF DODIC MU96 (B-1 KIT DEPLOYMENT ACT.)
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), intends to procure testing services for the Department of Defense's DODIC MU96 (B-1 Kit Deployment Act) on a sole-source basis from CHEMRING ENERGETIC DEVICES, INC. The procurement involves performance and reliability testing, including non-destructive evaluations and ballistic testing, to ensure the product meets stringent safety and reliability standards, particularly concerning aging effects and service exposure. This testing is critical for advancing the safety of defense-related products, with a performance period capped at 120 days and specific deliverables required, including detailed reports and data sheets. Interested vendors must be registered in the System for Award Management (SAM) and can contact Amy Anderson at amy.c.anderson2.civ@us.navy.mil for further information, with the notice emphasizing that competitive quotes are not being solicited.
SERVICE PLAN FOR PREVENTATIVE MAINTENANCE AND CALIBRATION OF METTLER-TOLEDO LAB EQUIPMENT
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking a service plan for the preventative maintenance and calibration of government-owned Mettler-Toledo laboratory equipment. This procurement involves a sole source contract with Mettler-Toledo, LLC, and includes comprehensive service agreements for repair and calibration of specific analytical instruments over a period from May 2025 to May 2027. The contract emphasizes compliance with Federal Acquisition Regulations, particularly supporting small businesses, and requires contractors to be registered in the System for Award Management (SAM). Interested vendors must submit their offers via email to Shelby Craig by 1:00 PM Eastern Time on April 11, 2025, with the solicitation number N00164-25-Q-0603 available for reference.
Repair of Blackhawk UH-60A Helicopter Cabin Simulator
Buyer not available
The Department of Defense, specifically the Medical Readiness Contracting Office - West, intends to award a sole source contract to Newton Designs for the repair of the Blackhawk UH-60A Helicopter Cabin Simulator, which is crucial for the Army Critical Care Paramedic Program (CCPP) training. This one-time requirement supports the training of Army Critical Care Paramedics at the Army Medical Center of Excellence located at Fort Sam Houston, Texas. The contract is expected to be awarded around May 1, 2025, with a primary NAICS code of 811210 for Other Electronic and Precision Equipment Repair and Maintenance, and a business size standard of $30 million. Interested vendors are encouraged to respond to this notice by April 10, 2025, at 10:00 AM CST, and should direct inquiries to Derrick J Johnson at derrick.j.johnson2.civ@health.mil.
Intent to Sole Source Online Access to KNOVEL Collections by Elsevier
Buyer not available
The U.S. Army Corps of Engineers, Rock Island District, intends to procure online access to the KNOVEL collections provided by Elsevier Inc. on a sole source basis, as outlined in the Special Notice. This procurement is necessary to support various engineering and scientific fields, including but not limited to Biochemistry, Civil Engineering, and Environmental Engineering, which are critical for addressing contemporary challenges in technology and development. Interested small-business firms that believe they can meet the requirements are encouraged to submit a capability statement to the primary contact, Jake Anderson, at jake.t.anderson@usace.army.mil by November 22, 2024, at 12:00 PM CT. Please note that this notice is not a request for competitive quotes, and the government will not reimburse any costs associated with the submission of capability statements.
UMBILICAL CABLE ENVIROMENTAL TESTING
Buyer not available
The Department of Defense, specifically the Army Contracting Command at Aberdeen Proving Ground, is seeking potential vendors for an Umbilical Cable Environmental Testing Service Contract. The primary objective of this procurement is to conduct environmental testing on the 704AS3645 Umbilical cable assembly, which is crucial for validating product quality before deployment in military applications. Contractors will be responsible for developing test procedures, performing various environmental tests, and compiling comprehensive reports, all while adhering to U.S. federal standards and security requirements. Interested parties must submit their responses, including company information, to Dean Berkovics at dean.m.berkovics.civ@army.mil by April 10, 2025, at 11:00 AM EST, as this sources sought notice is for informational purposes only and does not constitute a formal solicitation.