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 Sole Source Department of Defense Enterprise Software Initiative (DoD ESI) for Oracle
    Dept Of Defense
    The Department of Defense, specifically the Naval Information Warfare Center, Pacific (NIWC Pacific), intends to award a sole-source contract to Oracle America, Inc. for Oracle commercial products and services under Contract Number N66001-26-D-0020. This procurement aims to secure an indefinite delivery/indefinite quantity (IDIQ) agreement for Oracle software licenses, maintenance, hardware, support, and consulting services, which are critical for the operational needs of the entire DoD enterprise, the Intelligence Community, and the Coast Guard. The estimated value of this contract is approximately $7.13 billion, justified under 10 U.S.C. § 3204(c)(1) due to Oracle being the only responsible source, with a contract structure designed to provide significant discounts and efficiency. Interested parties may submit capability statements via SAM.gov by December 25, 2025, although the government retains discretion over the non-competitive decision, with an estimated award date set for January 2025. For further inquiries, contact Susan Chamberlin at susan.a.chamberlin.civ@us.navy.mil or call 717-377-0474.
    Notice of Intent to Sole Source to Instant Technologies
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Atlantic, intends to award a Firm-Fixed-Price purchase order for the renewal of support and maintenance for Instant Technologies Team Sessions software. This procurement aims to secure one year of support for various Team Sessions components, including multiple enclaves and a plug-in, with a performance period from March 1, 2026, to February 28, 2027. The software is critical for facilitating communication and collaboration within the Navy's operational framework. Interested parties may submit capability statements or proposals by 2:00 p.m. EST on December 17, 2025, to Jessica Neves at jessica.l.neves.civ@us.navy.mil, as the government will consider responses to determine if a competitive procurement is warranted.
    Notice of Intent to Sole Source
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NIWC Pacific, intends to issue a sole source contract for the procurement of Oracle software licenses, maintenance, support renewals, and associated services. This contract will utilize other than full and open competition procedures to acquire essential software and hardware solutions, including Oracle Advanced Customer Services and Oracle Consulting Services, to support IT operations across the DoD enterprise. The procurement is critical for maintaining operational efficiency and ensuring robust IT infrastructure within the defense sector. Interested parties can reach out to Susan Chamberlin at susan.a.chamberlin.civ@us.navy.mil or call 717-377-0474 for further details.
    Notice of Intent to Award to DELL Federal Systems
    Dept Of Defense
    The Department of Defense, specifically the Naval Information Warfare Center Pacific (NIWC Pacific), intends to award a Firm-Fixed-Price purchase order on a noncompetitive basis to DELL Federal Systems. This procurement is focused on acquiring IT and telecom services, particularly related to servers and perpetual license software, as outlined in the NAICS code 541519 and PSC code 7B22. The goods and services being sought are critical for the Navy's operational capabilities, ensuring they have the necessary technology to support their missions. For further details, interested parties can contact Paolo Mendoza at paolo.r.mendoza.civ@us.navy.mil or by phone at 619-553-7835.
    Curator II ECP 02 J&A
    Dept Of Defense
    The National Geospatial-Intelligence Agency (NGA), part of the Department of Defense, has issued a justification for a sole-source contract titled "Curator II ECP 02." This procurement involves IT management tools and products, specifically hardware and perpetual license software, which are critical for the agency's operational capabilities. The justification document outlines the rationale for executing this contract without competitive bidding, ensuring that only proprietary information and sensitive government cost estimates have been redacted. For further inquiries, interested parties can contact Taylor Dunn at Taylor.C.Dunn@nga.mil.
    MK 41 VLS Mechanical Design Agent
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA HQ), intends to issue a sole source contract to BAE Land & Armaments L.P. for Mechanical Design Agent services in support of the MK 41 Vertical Launching System. This contract action aims to extend the current requirements for an additional year, emphasizing the critical role of the MK 41 system in naval operations. The procurement is justified under FAR 6.302-1(a)(2)(ii), indicating that only one responsible source can fulfill the agency's needs. For further inquiries, interested parties may contact Matthew Hubbard at matthew.r.hubbard2.civ@us.navy.mil or David Chamberlain at david.s.chamberlain5.civ@us.navy.mil.
    SOLE SOURCE –iHAWK RACKMOUNT SYSTEM
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure the iHAWK Rackmount System via a sole source contract. This procurement is justified under the notice type "Justification," indicating that the goods are essential and can only be sourced from a specific supplier. The iHAWK Rackmount System is categorized under IT and Telecom platform products, which are critical for database, mainframe, and middleware operations. For further inquiries, interested parties can contact Jaclyn Bailey at jaclyn.m.bailey5.civ@us.navy.mil for additional details regarding this opportunity.
    N66001-26-Q-6031: Notice of Intent to Sole Source Award to Reuter-Stokes, LLC
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, intends to award a sole-source, Firm-Fixed-Price purchase order to Reuter-Stokes, LLC for Helium proportional counters. The procurement specifically requires 40 units of 1-inch diameter HE-3 proportional counters with an active length of 7.3 inches and 20 units with an active length of 20 inches, both essential for various measurement and control applications. This award is justified under FAR 13.106-1(b) as Reuter-Stokes is deemed the only capable source for these specialized items. Interested vendors may submit bids by December 15, 2025, at 11 AM Pacific Time, via email to stephen.a.oneill8.civ@us.navy.mil, and must be registered in the System for Award Management (SAM) to be considered.
    Notice of Intent to Sole Source to Brigham Young University
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force at Vandenberg Space Force Base, intends to award a sole source contract to Brigham Young University for the acquisition of sonic boom acoustic monitoring stations and the analysis of measured acoustic data. This procurement aims to address the need for long-term and short-term monitoring of ascent sonic booms and launch noise, utilizing proprietary software that only Brigham Young University possesses, which is essential for processing and analyzing the data collected from Government-owned monitoring stations. The contract is expected to be a firm fixed price for a duration of one year, with a business size standard of $19 million under NAICS code 541690. Interested parties may submit capability statements or proposals by 10:00 AM PST on December 17, 2025, to the primary contacts, SSgt Deywan Hunt and Scott Yeaple, via their provided email addresses.
    NOTICE OF INTENT TO SOLE SOURCE - ISPORTSMAN INTERFACE
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command at Aberdeen Proving Ground, intends to issue a sole source Firm Fixed Price purchase order for the iSportsman interface, which serves as a website interface for the installation in Maryland. This procurement is aimed at acquiring a solution that meets the unique requirements of the United States Army Installation Management Command, with the iSportsman interface being the only option that complies with FEDRAMP requirements and the Sikes Act, ensuring standardized access for outdoor activities across military installations. Interested parties should note that responses to this notice must be submitted by December 12, 2025, at 9:00 AM EST, and the anticipated award date is set for January 1, 2026; for further inquiries, contact Margaret Keelty or Donna Poteat via their provided emails.