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
    Active
    Dept Of Defense
    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.
    D--Justification and Approval for Award of N6247017C6000 to Accompany Notice of Intent to Sole Source Posted 15 June 2017
    Active
    Dept Of Defense
    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.
    Marine Ammunition Knowledge Enterprise (MAKE) One Network NEO Licensing and Support
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center, is seeking to award a sole source Firm-Fixed-Price contract to One Network Enterprises Incorporated (ONE Inc.) for the licensing and support of the Marine Ammunition Knowledge Enterprise (MAKE) One Network NEO software. This procurement aims to secure annual software licenses for the Ordnance Information System – Marine Corps (OIS–MC), which is crucial for maintaining munitions accountability and compliance with Department of the Navy standards. The contractor will provide a comprehensive software suite that includes various modules for production, development, and training, along with participation in bi-annual Change Advisory Board meetings to ensure adherence to federal guidelines. Interested parties can contact Brian Staub at BRIAN.A.STAUB2.CIV@US.NAVY.MIL or Antonia Roman-Varela at antonia.roman.civ@us.navy.mil for further details, with proposals due by the specified closing date in the solicitation posting.
    Notice of Intent to Sole Source
    Active
    Dept Of Defense
    Notice of Intent to Sole Source DEPT OF DEFENSE DEPT OF THE ARMY The Department of Defense, specifically the Department of the Army, has issued a Notice of Intent to Sole Source for the procurement of Communications Security Equipment and Components. This service/item is typically used for ensuring secure communication within military operations. The procurement will be fulfilled by Carahsoft, located at 11493 Sunset Hills Road, Suite 100, Reston, VA 20190. The place of performance for this contract is Fort Eisenhower, GA, with a period of performance from April 24, 2024, through April 23, 2025. The government has determined that Carahsoft is the only responsible source for this requirement, and therefore, a competitive solicitation will not be issued. The procurement will be conducted under Simplified Acquisition Procedures in FAR part 13 and Commercial procedures in FAR part 12. Interested concerns must provide clear and convincing evidence that competition for this requirement would be advantageous to the government. If no affirmative written responses are received by 7:00 am on November 15, 2023, the contract will be awarded without further notice. Oral communications will not be accepted. Please note that this notice is not a request for competitive proposals. The government's decision not to compete this requirement is solely within its discretion.
    70--Splunk Enterprise renewal
    Active
    Dept Of Defense
    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.
    Environmental Systems Research Institute, Inc. (ESRI), ArcGIS Geospatial Software
    Active
    Dept Of Defense
    Special Notice: DEPT OF DEFENSE, DEPT OF THE NAVY intends to award a sole source contract to Environmental Systems Research Institute, Inc. (ESRI) for the annual renewal of ArcGIS software licenses. The licenses are used by the Naval Post Graduate School for academic instruction and research in Computer Science, Space Systems, and the Graduate School of Engineering and Applied Sciences. ArcGIS is a geospatial and map making/modeling software that provides spatial analysis and modeling features. The contract will be a firm fixed price contract and the anticipated award date is on or before the end of January 2024. The place of delivery is Naval Post Graduate School in Monterey, CA. Interested sources must submit a capability statement by November 17, 2023, demonstrating their ability to provide the licenses and proof of being an authorized distributor.
    Notice of Intent to Award a Sole Source Contract
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center (NAWC-AD), intends to award a sole source contract to the College of Southern Maryland (CSM) for the support of Educational and Recruitment Strategies in collaboration with the University of Maryland and other academic institutions. This contract, which will be executed under FAR 13.501 Simplified Acquisition Procedures, aims to enhance research and educational program development for the period from November 1, 2024, to October 31, 2025. The decision to pursue a sole source award is based on market research conducted by the government, which retains discretion over competitive requirements. Interested parties may submit capability statements to the designated Contracting Officer, Aimee Raley, at aimee.k.raley.civ@us.navy.mil, within seven calendar days of this notice for consideration.
    Notice of Intent to Award Sole Source to RS Microwave
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Information Warfare Center Pacific (NIWC Pacific), intends to award a sole source contract to RS Microwave for a Commercial, Firm-Fixed-Price purchase order. This procurement aims to solicit, negotiate, and finalize the acquisition of specialized goods or services that are critical to the Navy's operational capabilities. The decision to proceed on a noncompetitive basis underscores the unique qualifications of RS Microwave in fulfilling the specific requirements of this contract. For further inquiries, interested parties may contact Contract Specialist Joshua Joiner at joshua.j.joiner.civ@us.navy.mil or by phone at 619-884-7262.
    Sources Sought for Northrop Grumman Systems Corporation Basic Ordering Agreement (BOA)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is seeking to establish a sole source Basic Ordering Agreement (BOA) with Northrop Grumman Systems Corporation for the procurement of supplies and services supporting various United States Navy (USN) and Foreign Military Sales (FMS) programs. The procurement encompasses a wide range of naval aviation platforms, including but not limited to the C-2, E-2, V-22, and various unmanned aerial systems, highlighting the critical role these components play in national defense and military operations. Interested parties may submit capability statements to express their interest, although the government intends to negotiate exclusively with Northrop Grumman due to their unique qualifications and expertise. For further inquiries, interested vendors can contact Ashley Corazza or Evan Riedell via email, with the BOA expected to be available for issuing orders over a five-year period.
    LN-251 Interim Solution
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to negotiate and award a sole-source contract to Northrop Grumman Systems Corporation (NGSC) for the LN-251 Interim Solution, which is critical for the E-2D aircraft's compliance with the FY27 mandate to utilize GPS M-code. This contract, structured as a Cost Plus Fixed Fee (CPFF) type, aims to procure the necessary integration services and manage government property projected to be excess following the completion of contracted production efforts. Given NGSC's unique position as the sole designer and manufacturer of the E-2D aircraft, they possess the essential knowledge and technical expertise required for this project. Interested parties may contact Androy Allen at androy.f.allen.civ@us.navy.mil or Evan Riedell at evan.n.riedell.civ@us.navy.mil for further information, and responses expressing interest must be submitted within fifteen days of this notice.