Notice of Intent to Sole Source NERVE Contract Award
Type: Special Notice
Overview

Buyer

DEPT OF DEFENSENATIONAL GEOSPATIAL-INTELLIGENCE AGENCY (NGA)NATIONAL GEOSPATIAL-INTELLIGENCE AGENCY (NGA)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SUPPORT SERVICES (LABOR) (DA01)
Timeline
    Description

    Notice of Intent to Sole Source NERVE Contract Award DEPT OF DEFENSE: The National Geospatial-Intelligence Agency (NGA) intends to issue a sole-source award for the National System for Geospatial-Intelligence (NSG) Enterprise Repository and Virtual Environment (NERVE) requirement. The NERVE requirement is a follow-on to the SONIC Strike contract and includes NSG Consolidated Library (NCL) modernization and recapitalization, sensor integration, and support to emerging architectures. The NERVE Contract award will be made to BAE Systems Information and Electronic Systems Integration Inc. (BAE), located in San Diego, CA. The NERVE requirement is to provide sustained support and access to NCL GEOINT data, products, and capabilities while modernizing these capabilities to a cloud-based solution. The period of performance for this requirement is one base year, and four one-year options.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Notice of intent to award sole source
    Buyer not available
    Notice of intent to award sole source. The Department of Defense, specifically the Department of the Navy, through the Naval Oceanographic Office, has issued a Special Notice. The notice indicates the intent to award a sole source contract. The details of the service/item being procured are not provided in the document.
    Intent to Award a Sole Source Contract
    Buyer not available
    The Department of Defense, specifically the Air Force Test Center, intends to award a sole-source contract to Northrop Grumman Corporation for the acquisition of F-35 Communication, Navigation, and Identification (CNI) 3A and 3B racks. This procurement aims to upgrade existing CNI systems at Eglin Air Force Base, Florida, by replacing current racks with new modules capable of running multiple waveforms, thereby enhancing operational capabilities. The components required for this upgrade, including power supplies and transceivers, are exclusively available from Northrop Grumman, the original equipment manufacturer, underscoring the critical nature of this acquisition for national defense. Interested parties must submit responses by May 22, 2025, with the anticipated award date set for on or before August 29, 2025; no reimbursement will be provided for responses to this notice.
    D--Justification and Approval for Award of N6247017C6000 to Accompany Notice of Intent to Sole Source Posted 15 June 2017
    Buyer not available
    Special Notice DEPT OF DEFENSE DEPT OF THE NAVY intends to award a sole source contract to National Institute of Building Sciences (NIBS) for the Design Review and Checking System (DrChecks) and Bidder Inquiry applications. These applications are part of ProjNet, a suite of secure, on-demand, design review, inquiry and comment, issue resolution, communications, and document archiving tools managed by NIBS. The contract is authorized by Public Law 93-383 and is not open for competitive procurement. The anticipated award date is 30 June 2017.
    NOTICE OF INTENT TO SYNOPSIZE CODEMETTLE INB2 SOFTWARE
    Buyer not available
    The Department of Defense, specifically the Department of the Army, intends to award a sole source contract for the procurement of proprietary CodeMettle INB2 software licenses and post-deployment software support services. This contract will cover essential maintenance, enhancements, integration, testing, and technical services for the Integrated Network Operations Battalion and Below (INB2) software, which is critical for the Army's operational requirements and is currently embedded in fielded systems. The Government has determined that no other software solutions can meet its needs, and this notice serves informational purposes only, with responses accepted until 4:00 PM EST on May 19, 2025. Interested parties should direct their inquiries to Ezra Kohn at ezra.y.kohn.civ@army.mil or April Blodgett at april.l.blodgett.civ@army.mil.
    Maintenance Services for Nerve Integrity Monitor systems
    Buyer not available
    The Defense Health Agency (DHA) intends to award a sole source Service Agreement to Medtronic Inc. for the provision of Preventative Maintenance Services for Nerve Integrity Monitor systems at the Walter Reed National Military Medical Center (WRNMMC) in Bethesda, Maryland. This procurement is justified under the statutory authority permitting Other than Full and Open Competition, as Medtronic is the sole manufacturer of the equipment, making them the only qualified provider for these essential services. The maintenance of these systems is critical for ensuring the operational integrity of medical procedures that rely on nerve monitoring technology. Interested parties capable of providing these services are invited to submit their capabilities and price lists by 10:00 AM EST on May 21, 2025, to the primary contact, Ealed Nuru, at ealed.m.nuru.civ@health.mil, with a copy to Erica S. Oh at erica.s.oh.civ@health.mil.
    2025/2026 SEA LAUNCHED CRUISE MISSILE - NUCLEAR FACILITIES ACQUISITION & ENGINEERING (FA&E) SUPPORT SERVICES
    Buyer not available
    The Department of Defense, through the Strategic Systems Programs (SSP), intends to negotiate a sole source contract with BAE Systems Technology Solutions & Services, Inc. for technical engineering and integrated facilities acquisition and engineering support services related to the Nuclear-armed Sea-Launched Cruise Missile (SLCM-N) Program. This procurement is critical for ensuring the effective development and maintenance of nuclear facilities, emphasizing the importance of specialized engineering services in national defense. The contract is expected to span a one-year base period with a one-year option, totaling 24 months, and is anticipated to be awarded in June 2025. Interested parties may contact Diana J Hutchinson at diana.hutchinson@ssp.navy.mil or (703) 268-8382 for further information, noting that responses to this notice will be considered within 15 days of publication.
    70--Splunk Enterprise renewal
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is planning to award a Sole Source Firm Fixed Price contract for the renewal of Splunk Enterprise 150GB a day support. This service is required by Naval Cyber Defense Operations Command and is used for cyber defense operations. The contract will be awarded to authorized resellers of Splunk Enterprise. The RFQ number for this procurement is N00189-17-T-0094. Interested vendors can download the complete RFQ package from the NECO Website. The NAICS code for this acquisition is 511210, Software Publishers, with a size standard of $38,500,000. This notice is not a request for competitive quotations, but all responsible sources may submit a quotation for consideration. Vendors must be registered in the SAM database to be eligible for award.
    SOLE SOURCE – Supplies and Services for AN/ALQ-249 Next Generation Jammer – Mid Band (NGJ-MB)
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Crane Division, is seeking to procure supplies and services for the AN/ALQ-249 Next Generation Jammer – Mid Band (NGJ-MB) system. This procurement is designated as a sole source contract with Raytheon Company, as they possess the unique expertise required to fulfill the agency's needs without incurring significant duplication of costs or delays. The anticipated maximum ceiling for this contract is $99,530,000, with a performance period of five years, and the contract is expected to be issued in December 2025. Interested parties may submit capability statements to Kate Muessig at kathryn.m.muessig.civ@us.navy.mil by the closing date of May 27, 2025, at 10:00 AM ET.
    Notice of Intent to Sole Source - Honeywell
    Buyer not available
    The Department of Defense, specifically the Program Manager Ground Based Air Defense (PM GBAD) within the Department of the Navy, intends to negotiate a sole-source contract with Honeywell Aerospace for engineering and technical services related to the Honeywell Tactical Advanced Land Inertial Navigator (TALIN) system. The objective of this procurement is to configure the TALIN inertial navigation system to enhance capabilities for the Marine Air Defense Integrated System program, as Honeywell is the original designer and producer of the system, making it the only viable source for these services. This acquisition is critical for meeting the specific performance and design requirements of the PM GBAD, with a Firm-Fixed-Price contract anticipated for a one-year period. Interested parties may express their interest and capability by submitting information to Mr. Stephen Cunningham and Ms. Stasia Baker via email by 12:00 PM Eastern Daylight Time on May 9, 2025, although no formal solicitation package will be available.
    Notice of Intent to Sole Source-Preventative Maintenance and Repair of Medtronic ENT Intracranial Stereotactic System & Neurological Physiological Monitor
    Buyer not available
    The Department of Defense, through the Army Medical Research Acquisition Activity, intends to award a sole-source contract to Medtronic USA Inc. for the preventative maintenance and repair of the Medtronic ENT Intracranial Stereotactic System and Neurological Physiological Monitor located at the Naval Hospital Operating Room in Bremerton, Washington. This contract will ensure that the complex medical devices, which are regulated by the Food and Drug Administration, are maintained by the sole manufacturer and distributor, Medtronic, as they do not authorize third-party repairs or services. Interested businesses that believe they can meet the requirements must submit a capability statement to Bryan Heickman at bryan.g.heickman.civ@health.mil by 12:00 PM Eastern on May 27, 2025, as this notice is not a request for competitive proposals.