Notice of Intent to Sole Source for Pacific Mangrove Monitoring Network
ID: 1240BG24Q0066Type: Special Notice
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEUS

PSC

IRON AND STEEL PRIMARY AND SEMIFINISHED PRODUCTS (9640)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    Notice of Intent to Sole Source for Pacific Mangrove Monitoring Network

    The Department of Agriculture, specifically the Forest Service, has issued a Special Notice for the procurement of supplies for the Pacific Mangrove Monitoring Network. This notice serves as a proposal for a sole source firm fixed price contract with SURV KAP, Inc. The contract will be awarded on behalf of the USDA Forest Service, Institute of Pacific Islands Forest.

    The Pacific Mangrove Monitoring Network requires supplies for their monitoring activities. Mangroves are important coastal ecosystems that provide numerous benefits, including protecting shorelines from erosion, providing habitat for various species, and serving as a carbon sink. Monitoring these mangroves is crucial for understanding their health and the overall health of the coastal environment.

    Interested parties are invited to express their interest and capability to respond to this requirement. However, it is important to note that this notice of intent is not a request for competitive proposals. The government has determined that SURV KAP, Inc. is the sole source for this procurement.

    The place of performance for this contract is Tucson, Arizona, in the United States. The contract will be a firm fixed price contract, meaning the price will not be subject to change. The North American Industry Classification System (NAICS) code for this procurement is 332999, and the size standard is 750 employees.

    Responses to this notice must be received by July 31, 2024, at 1500 PM PST. It is important to indicate the business size, such as small business or disadvantaged business, veteran-owned small business or HUB Zone certified, and provide the appropriate NAICS Code and UEI #.

    Please direct any inquiries or expressions of interest to Clauderene Washington, the primary contact for this action, at clauderene.washington@usda.gov.

    Note: This notice is for market research purposes and does not constitute a request for proposal or a commitment by the government for any purpose other than market research.

    Point(s) of Contact
    Clauderene Washington
    clauderene.washington@usda.gov
    Files
    No associated files provided.
    Lifecycle
    Similar Opportunities
    Notice of Intent to Sole Source
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, intends to award a sole source contract to Rocky Mountain Aluminum Sign & Supply LLC for the procurement of river identification signs as part of the Wild & Scenic River Program. This procurement will utilize Simplified Acquisition Procedures, as it is deemed a logical follow-on to an original Federal Supply Schedule order, allowing for a sole source award under specific circumstances. The river identification signs are crucial for the effective management and identification of designated wild and scenic rivers, contributing to the program's objectives. Interested parties are encouraged to express their capabilities by September 10, 2024, at 1:00 PM (EST), and should direct inquiries to Melissa Heckenlaible at melissa.heckenlaible@usda.gov.
    NOTICE OF INTENT TO SOLE SOURCE TO UNDERSTANDING AG LLC
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center San Diego, is seeking information from potential sources to support the Regenerative Grazing Proof of Concept project at the Naval Postgraduate School (NPS). The objective is to acquire subject matter expertise to advise, assess, and equip the project, requiring contractors to demonstrate high skill levels and recognized expertise in regenerative agriculture practices. This initiative is crucial for advancing sustainable agricultural practices within military operations. Interested parties must submit their capability statements and complete the attached Market Research Questionnaire by Thursday, August 22, 2024, at 4:00 PM Pacific Standard Time (PST). For further inquiries, contact Noni Arcilla at noni.p.arcilla.civ@us.navy.mil.
    Notice of Intent to Award Sole Source Contract
    Active
    Agriculture, Department Of
    The United States Department of Agriculture (USDA), through its Farm Production and Conservation Business Center, intends to award a sole source contract to Frontier Precision, Inc. for the procurement of specific Trimble products, including receivers and accessories necessary for enhancing operational capabilities. This acquisition is critical for the USDA's National Conservation Resource Service (NRCS) in South Dakota, as it aims to meet agency requirements that cannot be fulfilled by other suppliers, ensuring the agency remains equipped with modern navigation and detection technology. Interested parties may submit a statement of capabilities by September 9, 2024, although this notice does not constitute a solicitation for bids. For further inquiries, vendors can contact Eugene Jackson at eugene.jackson2@USDA.gov or Brantt Lindsey at brantt.lindsey@usda.gov.
    Notice of Intent to Use an Already Existing BPA to Solicit and Award Big Marsh Planting
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service under the Deschutes National Forest, is issuing a presolicitation notice for the Crescent Ranger District Planting project on Big Marsh. The objective of this procurement is to secure services for the planting of government-furnished plugs during the fall seasons from 2024 to 2026, utilizing an existing Blanket Purchase Agreement (BPA). This initiative is part of the government's ongoing efforts in ecological restoration and reforestation within the region, aligning with the NAICS Code 115310, which covers support activities for forestry. Interested parties can direct inquiries to Cynthia B. Armour at cynthia.armour@usda.gov or by phone at 541-410-6720, with the anticipated contract award date set for September 10, 2024.
    Notice of Intent to Issue a Sole Source Award for Trimble Products, for the USDA, NRCS Arkansas State Office
    Active
    Agriculture, Department Of
    The United States Department of Agriculture (USDA), through the Farm Production and Conservation (FPAC) and the National Conservation Resource Service (NRCS) Arkansas State Office, intends to award a sole source purchase order to Navigation Electronics, Inc. for Trimble products essential for their operations. This procurement includes various Trimble equipment such as receivers, controllers, accessories, and software licensing, along with a trade-in of existing government-owned Trimble R8 Model 4 receivers. The contract is governed by Federal Acquisition Regulations (FAR) and falls under NAICS classification 334511, which pertains to navigation and detection instruments. Interested vendors may submit capability statements by September 9, 2024, to demonstrate their ability to meet the government's needs, although this is not a request for competitive proposals. For further inquiries, potential suppliers can contact Eugene Jackson at eugene.jackson2@USDA.gov or Brantt Lindsey at brantt.lindsey@usda.gov.
    7A--NOTICE OF INTENT TO AWARD A SOLE SOURCE
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) intends to award a sole source purchase order for the Titley Ranger Advanced Acoustic Recorder, essential for wildlife conservation efforts. This procurement aims to acquire specialized equipment that ensures continuity of scientific data collection, particularly for monitoring bat species within the Myotis genus, by utilizing compatible technology already in use by USFWS and its collaborators. The Titley Ranger, priced at $999, features critical specifications such as integrated GPS and modular capabilities, which are vital for long-term ecological monitoring. Interested parties may express their capabilities to respond to this requirement by September 11, 2023, at 5:00 PM Central Time, by contacting Jack Skogen at jackskogen@fws.gov.
    Notice of Intent to Award a BPA call Against Land Management Integrated Resources (LMIR) BPA
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, intends to award a Blanket Purchase Agreement (BPA) call order for Land Management Integrated Resources (LMIR) activities, aimed at supporting environmental laws and regulations. This opportunity is set aside for small businesses and involves providing environmental consulting services, as categorized under NAICS code 541620 and PSC code B510. The BPA call order will be awarded against multiple award schedule BPAs, and the services are crucial for ensuring compliance with environmental assessments and regulations. Interested parties can contact Danette Cappello at danette.cappello@usda.gov or by phone at 262-259-9520 for further information, noting that this is not a solicitation and no proposals are being requested at this time.
    38--Notice of Intent Sole Source
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, part of the Department of the Interior, intends to award a sole source contract to Wetland Equipment Company for the procurement and installation of specialized equipment for a CAT 309 mini excavator. The requirements include a set of pontoons with specific dimensions and construction features, a 75-gallon auxiliary fuel tank, catwalks and handrails, a 10,000 lb. front-mounted winch, and an auxiliary cooler, all tailored for operation in challenging environments. This equipment is crucial for enhancing operational capabilities within the Dale Bumper White River National Wildlife Refuge, with Wetland Equipment Company identified as the only provider capable of fulfilling these specific needs within a 407-mile radius. Interested parties who disagree with this sole source determination may submit their capabilities for consideration by 08:00 AM EST on September 12, 2024, and can direct inquiries to Joni Dutcher at jonidutcher@fws.gov.
    NOTICE OF INTENT TO SOLE SOURCE TO L3 TECHNOLOGIES, INC.
    Active
    Dept Of Defense
    NOTICE OF INTENT TO SOLE SOURCE TO L3 TECHNOLOGIES, INC. The Department of Defense, specifically the Department of the Navy, intends to award a sole source contract to L3 Technologies, Inc. The contract is for maintenance services and materials for Autonomous Underwater Vehicles (AUVs). The Naval Oceanography Special Warfare Center (NOSWC) located in Coronado, CA requires maintenance and repair services for their Iver3 systems, which are a family of AUVs. The contractor will provide trained personnel to perform the maintenance service and repairs for NOSWC's Iver3-733 vehicle. The services include labor and testing for a Level 2 Complexity Repair, replacement of the Iver3 Battery section tube, and three joiner rings. Additionally, the contractor is responsible for shipping and handling. The contractor must notify the requiring activity point of contact upon completion of maintenance service and repairs and provide a detailed report within three business days. The anticipated award date for this contract is on or before November 6, 2023. Interested sources must submit a capability statement by October 26, 2023, demonstrating their ability to provide the required services.
    U--NPS- Intent to Sole Source - FAR Part 13
    Active
    Buyer not available
    The National Park Service (NPS) intends to award a sole-source contract to Mission-Centered Solutions, Inc. for the provision of wildland fire specific facilitation and consulting services, specifically for the development of Emergency Operations Plans through three workshops. These workshops will focus on enhancing emergency preparedness for high-impact wildland fire events, ensuring compliance with federal guidelines and the Incident Command System, while prioritizing the safety of visitors and employees. This procurement reflects the NPS's commitment to disaster readiness and effective incident management amidst increasing wildfire risks. Interested parties may submit their capabilities and interest by September 9, 2024, to Brian McCabe at brianmccabe@nps.gov.