Vigilant Vehicle Manager (LEARN) and DEASIL Integration Service
ID: D-25-NE-0015Type: Special Notice
Overview

Buyer

JUSTICE, DEPARTMENT OFDRUG ENFORCEMENT ADMINISTRATIONOFFICE ACQUISITION MANAGEMENTSPRINGFIELD, VA, 22152, USA
Timeline
    Description

    The Drug Enforcement Administration (DEA) intends to award a sole-source contract to Motorola Solutions, Inc. for the integration and support of its License Plate Recognition (LPR) camera system, specifically under contract number D-25-NE-0015. This procurement aims to enhance the National License Plate Reader (NLPR) program by providing a custom API that integrates the Vigilant Vehicle Manager with existing law enforcement data systems. The services are critical for advancing law enforcement capabilities through proprietary technology, ensuring that the DEA can effectively utilize LPR systems for operational needs. Interested vendors may contact Jose Marin at jose.l.marin@dea.gov by November 4, 2024, to express their ability to provide the required services, with the contract delivery period set from November 12, 2024, to November 11, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    The Drug Enforcement Administration (DEA) intends to award a sole-source contract to Motorola Solutions, Inc. for integrating and supporting its License Plate Recognition (LPR) camera system under contract number D-25-NE-0015. This acquisition aims to enhance the National License Plate Reader (NLPR) program's capabilities by providing a custom API for integrating Vigilant VehicleManager with existing systems for law enforcement data access. Interested vendors may contact the DEA by November 4, 2024, to express their ability to supply the required services. The award is contingent on the lowest price that meets defined technical criteria. Extensive justification for the sole-source selection indicates that Motorola Solutions is the only vendor capable of fulfilling the specific integration needs based on proprietary technology and existing operational frameworks. The delivery period for the services is slated from November 12, 2024, to November 11, 2025. This procurement process illustrates the DEA's commitment to advancing law enforcement capabilities through proprietary partnerships while ensuring compliance with federal acquisition regulations.
    Lifecycle
    Title
    Type
    Similar Opportunities
    NOTICE OF INTENT, D-25-SO-0001
    Active
    Justice, Department Of
    The Department of Justice, specifically the Drug Enforcement Administration (DEA), intends to award a sole source firm fixed purchase order to Global Satellite Engineering, Inc. for a one-year airtime service that includes 10-minute GPS reporting. This procurement is critical for the DEA's operations in Peru, as it involves satellite telecommunications and communications security equipment, which are essential for effective law enforcement and operational coordination in remote areas. Interested parties who believe they can meet the requirements are encouraged to submit their capabilities to Ana Villanueva via email by November 4, 2024, at 10:00 AM EST, referencing the subject line D-25-SO-0001. Please note that this notice does not constitute a request for competitive quotes, and the Government reserves the right to determine the procurement process based on the information received.
    Drug Enforcement Administration (DEA) - Pre-Employment Processing & Hiring Center of Excellence
    Active
    Justice, Department Of
    The Drug Enforcement Administration (DEA) is preparing to solicit a contract for the establishment of a Pre-Employment Processing & Hiring Center of Excellence, aimed at enhancing the efficiency of its hiring processes. This initiative will serve as a centralized location for all pre-employment testing and assessments, including medical examinations, drug testing, polygraph examinations, and psychological assessments, thereby streamlining the hiring timeline for various career fields within the DEA. The solicitation package is expected to be available on or about November 01, 2024, through the Government Point of Entry at SAM.gov, and interested bidders must be registered in the System for Award Management (SAM) to participate. For further inquiries, potential bidders can contact Laura Over at laura.e.over@dea.gov or by phone at 571-647-6643.
    Renewal of Seat Maintenance (3,000 Seats) for Rocket Software's BlueZone Emulator Software
    Active
    Justice, Department Of
    Special Notice: Justice, Department of - Renewal of Seat Maintenance (3,000 Seats) for Rocket Software's BlueZone Emulator Software The Drug Enforcement Administration (DEA) intends to contract with Rocket Software, Inc. for the renewal of seat maintenance for its perpetual license of the BlueZone Emulator Software. This software is used by the DEA for various purposes. The contract period will be from September 17, 2016, to September 16, 2017. This procurement is based on a brand name and will be procured on a sole source basis. Rocket Software is the only source for this requirement due to their exclusive proprietary rights to the installed software. The DEA has determined that purchasing and implementing competing software would not be technically nor economically justified. The required Limited Sources Documentation is attached. The DEA is not soliciting alternative sources for this requirement. This notice is made in compliance with FAR 5.102(a)(6) and 5.201(b)(1). For more information, please contact Philip M. King at Philip.M.King@usdoj.gov or 202-307-9601.
    Drug Enforcement Administration (DEA) - Pre-Employment Processing & Hiring Center of Excellence
    Active
    Justice, Department Of
    The Drug Enforcement Administration (DEA) is seeking industry input for the development of a Pre-Employment Processing & Hiring Center of Excellence aimed at centralizing and streamlining pre-employment testing and assessments for various career fields, including Special Agents and Chemists. This initiative is designed to enhance hiring efficiency, compliance, and security, addressing the DEA's annual processing of approximately 903 tentative offers and 539 hires. The center will focus on critical activities such as medical exams, drug testing, background checks, and psychological assessments to improve the candidate experience while ensuring rigorous evaluation processes. Interested vendors are invited to submit their capabilities and strategies by October 25, 2024, to the Contracting Officer, Laura E. Over, at laura.e.over@dea.gov.
    Drug Enforcement Administration (DEA) - Pre-Employment Processing & Hiring Center of Excellence
    Active
    Justice, Department Of
    The Drug Enforcement Administration (DEA) is seeking a contractor to establish and manage a Pre-Employment Processing & Hiring Center of Excellence to streamline the hiring process for various career fields, including Special Agents and Chemists. The contractor will be responsible for providing comprehensive pre-employment processing services, which may encompass site management, staffing, travel arrangements, and various assessments such as fingerprinting, psychological evaluations, and medical examinations. This initiative is crucial as the DEA anticipates approximately 900 job offers and 530 hires annually, aiming to enhance the efficiency of its hiring practices. Interested parties can submit informal replies or capability statements to Laura Over at laura.e.over@dea.gov, with no formal submissions currently required, as this is a new requirement without an incumbent contract.
    RFI for Police Center (POLC), Fire and Emergency Services (POLC / FES) Software Licensing
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking information from vendors regarding software licensing for the Police Center (POLC) and Fire and Emergency Services (POLC/FES) systems. The procurement aims to enhance capabilities in areas such as Enhanced 911, Computer Aided Dispatch, and Law Enforcement Records Management Systems, with a focus on interoperability, compliance with security standards, and integration with existing infrastructures. This initiative is crucial for improving operational efficiency and emergency response across five DoD sites. Interested vendors are encouraged to submit their responses, including capabilities and pricing estimates, to the designated contacts, Christopher P. Lawrence and Vince Palmarini, via email by the specified deadline. The total cost for the software licenses is indicated as $0.00, suggesting potential funding through alternative means.
    DLA Installation Management Enterprise Mailroom Management Service
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking to award a sole-source contract to Pitney Bowes for comprehensive Mailroom Management Services, which include the procurement of mailroom services, equipment purchase, maintenance, and software setup. The primary objective is to enhance accountability and efficiency in mail and package processing across various DLA locations, including Fort Belvoir, with a focus on compliance with federal security standards. The estimated contract value over a five-year period is approximately $1,852,856.28, with a base period from October 1, 2024, to August 31, 2025, followed by four optional years. Interested vendors must submit a Letter of Interest by October 29, 2024, to Beverly J. Williams at Beverly.j.williams@dla.mil, including their DUNS Number and TIN, as this opportunity is not a Request for Proposal.
    Tangible Security ProVisioner (ProV) Subscription
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking to procure the Tangible Security ProVisioner (ProV) software through a sole-source contract, as it is the only DoD-approved solution compatible with existing enterprise support systems. This software has been utilized by DLA for approximately 15 years and is critical for supporting the agency's Information Technology operations and integration with mission partners. The contract period is set from December 19, 2024, to December 18, 2025, with proposals due by October 29, 2024, at 1 PM EST. Interested vendors can contact Josh Stolle at Josh.Stolle@dla.mil or by phone at 215-737-8600 for further details.
    Axon Fleet Vehicle Cameras and Digital Evidence Management System
    Active
    National Aeronautics And Space Administration
    NASA's Johnson Space Center is seeking to procure 12 Fleet Vehicle Cameras through a sole source contract with AXON ENTERPRISE, INC., the recognized sole provider of these specialized cameras. The procurement aims to enhance the documentation of traffic stops and enforcement activities, requiring cameras with dual-view capabilities, HD resolution, and robust data security features, including encryption and cloud-based digital evidence management software. This initiative is part of compliance with Executive Order 14074 and emphasizes operational efficiency and integration with existing public safety networks. Interested parties must submit their capabilities and qualifications to Cara Craft at cara.s.craft@nasa.gov by 1 p.m. Central Standard Time on October 28, 2024, as the government will determine whether to proceed with a competitive bid process based on the submissions.
    Installation of commercial Air Imagining Systems (AIS)
    Active
    Justice, Department Of
    The Department of Justice, specifically the Drug Enforcement Administration (DEA), is seeking qualified contractors to install commercial Airborne Imaging Systems (AIS) and Mission Equipment on government-owned aircraft, including Cessna 206, Cessna 208, Bell 407, and Bell 412 models. The objective of this procurement is to enhance law enforcement capabilities through the integration of advanced imaging and communication technologies, ensuring compliance with Federal Aviation Administration (FAA) regulations while maintaining the aircraft's airworthiness. The contract will be awarded as a Total Small Business Set-Aside, anticipated to be an Indefinite-Quantity-Indefinite Delivery (IDIQ) firm-fixed price contract with a base period of 12 months and four additional option periods. Interested parties should monitor the System for Award Management (SAM) website for the Request for Proposals (RFP), which is expected to be available approximately 15 days after this announcement, and can contact Ryan Burke or Robert Radke for further information.