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 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 Sole Source Automated Dispensing Modules
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture (USDA), specifically the Animal and Plant Health Inspection Service (APHIS), intends to issue a noncompetitive contract for the procurement of two Automated Dispensing Modules (ADM) from Applied Design Corp, which are essential for Brown Tree Snake baiting operations in Guam. This procurement is critical for the continued aerial delivery of toxicants to control the invasive Brown Tree Snake population, with the USDA having utilized these proprietary devices for eight years. The estimated acquisition cost is capped at $350,000, and responses from other responsible sources are welcomed until 10:00 AM CST on September 20, 2024, although the government retains discretion over whether to conduct a competitive procurement. Interested parties may contact Amanda Barbosa at amanda.barbosa@usda.gov or by phone at 612-336-3433 for further information.
    D--SPECIAL NOTICE OF INTENT TO AWARD TO A SOLE SOURCE
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) intends to award a sole source contract to Skymira, LLC for the procurement of 135 Orbcomm Satellite terminals and associated data services, aimed at enhancing the operational efficiency and safety of wildland fire vehicles. This acquisition is critical for ensuring reliable vehicle tracking in remote areas, as mandated by the Dingell Act, and is designed to streamline interagency operations in collaboration with the Bureau of Land Management (BLM), which already utilizes the same tracking system for over 700 vehicles. The contract will be awarded under Simplified Acquisition Procedures, with a total value not exceeding $250,000, and interested parties are invited to express their capabilities within ten calendar days of this notice, which closes on September 22, 2024, at 5:00 p.m. Eastern Time. For further inquiries, contact Melissa Niemi at melissaniemi@fws.gov or by phone at 612-713-5216.
    Notice of Intent to Sole Source: Wildlife GPS collars & Transmitters
    Active
    Agriculture, Department Of
    The USDA Forest Service is seeking to sole-source procure 80 wildlife GPS collars and 30 vaginal implant transmitters from Advanced Telemetry Systems Inc. This specialized equipment is essential for tracking white-tailed deer, wild pigs, and coyotes, featuring advanced capabilities such as satellite communication, user-commandable release mechanisms, and sensors for monitoring birthing. The total estimated value of this procurement is $150,000, with responses due by September 16, 2024. Interested vendors may express their capability to meet the specifications, although this notice is not a request for competitive quotes, and responses will be used solely to determine if competitive procurement is warranted. For further inquiries, contact Julie Nawrozzada at juricka.nawrozzada@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 Sole Source - Fire Training Simulation Maintenance
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, intends to award a sole source contract for the maintenance and service of the flame front simulator system to WRG Fire Training Simulation Systems Inc. This procurement is necessary to ensure continued support for a system originally designed and built by WRG for the forestry at Vandenburg Air Force Base, as they are the only reasonable source capable of providing the required services. Interested parties are invited to demonstrate their capability to fulfill this requirement by September 13, 2024, at 14:00 EST, with any responses being evaluated solely for the purpose of determining whether a competitive procurement is warranted. For further inquiries, interested parties may contact Jordan Carlsen at jordan.carlsen@usda.gov or by phone at 463-212-3000.
    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.
    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.
    H--Notice of Intent to Sole Source: Montel Rack Syste
    Active
    Interior, Department Of The
    The Department of the Interior, Bureau of Reclamation, is planning to award a sole source contract to Shelf Image, Inc. for the repair services of the Montel Rack System. This procurement falls under the NAICS Code 811310, which pertains to commercial and industrial machinery and equipment repair and maintenance, highlighting the specialized nature of the services required. The government has determined that only one responsible source can meet its needs, and the anticipated award date is September 20, 2024, with services expected to be completed within 10 days of the start date. Interested parties who believe they can fulfill the requirements must submit a capability statement by 5:00 PM EST on September 17, 2024, to Megan Swift at mswift@usbr.gov.
    Notice of Intent to Sole Source - K9 and Training for FS Region 5 LEI
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service intends to award a sole source contract to Adlerhorst International, LLC for the procurement of two new canines and associated training for the Law Enforcement Office in Vallejo, California. This contract, expected to be issued around September 25, 2024, is critical for enhancing the capabilities of Forest Service law enforcement officers, who utilize K-9s for various functions including suspect apprehension, narcotics detection, and search and rescue operations. Interested parties may submit their qualifications and capabilities within ten calendar days of this notice to be considered for potential competition, with all inquiries directed to Catherine Sullivan at catherine.sullivan@usda.gov.