Garmin inReach Satellite Subscription BPA
ID: FA480325QB004Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4803 20 CONS LGCASHAW AFB, SC, 29152-5125, USA

NAICS

Wired Telecommunications Carriers (517111)

PSC

IT and Telecom - Network: Satellite Communications and Telecom Access Services (DG11)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Sole Source (FAR 19.14) (SDVOSBS)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking quotations for the Garmin inReach Satellite Subscription BPA, aimed at providing satellite communication services for 58 handheld devices. The procurement includes initial activation fees and ongoing monthly subscriptions for two service levels, with specific requirements for text messages, photo or voice messages, and tracking options to ensure operational effectiveness and safety. This contract, estimated at $249,999.99, is set aside for Service-Disabled Veteran-Owned Small Businesses and will be evaluated based on price and technical acceptability, with proposals due by February 20, 2025. Interested parties can contact Shaunannette Watson at shaunannette.watson@us.af.mil or by phone at 803-895-5396 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Single Source Justification for the acquisition of satellite services for Garmin inReach devices by the 20th Contracting Squadron. The contract, with an estimated cost of $249,999.99, is specifically requested from Strohman Enterprise Inc., the sole authorized reseller for Garmin's multi-month enterprise inReach airtime programs. This vendor is uniquely qualified to provide not only the requisite satellite subscription services but also essential back-office support and technical assistance, which are mandated by Garmin. Efforts to identify alternative vendors revealed no other authorized providers, reinforcing the justification for a single-source award. To avoid future sole-source situations, the agency plans to conduct regular market surveys and outreach for potential authorized vendors. The contracting officer, Shaunannette D. Watson, confirmed that only one source is reasonably available per FAR guidelines, indicating the urgency and specificity of the service required.
    The document is primarily focused on the stipulations and requirements associated with federal and state/local Requests for Proposals (RFPs) and grants. It outlines the essential steps and considerations government entities must take when issuing RFPs for projects, including financial allocations, compliance with regulations, and managing proposals from various vendors. Key topics include the importance of transparency in the proposal process, adhering to budget constraints, and ensuring fair competition among potential contractors. Additionally, it emphasizes the need for thorough evaluation criteria for submitted proposals, highlighting the necessity for alignment with government goals and community needs. Supporting details reflect on procedural aspects, including how funds should be allocated and oversight mechanisms to ensure successful project execution. The document suggests a structured approach to managing the entirety of the RFPs process and emphasizes the importance of regular updates and communication within government entities involved in funding decisions. Overall, it serves to reinforce best practices for crafting RFPs and managing grant funding in accordance with federal and state guidelines, ultimately aiming to enhance project outcomes and public accountability.
    This document pertains to an RFP for the Garmin InReach Satellite Access Subscription Service, aimed at activating and providing monthly satellite service for 58 handheld devices. The initial activation is required for each device, with ongoing subscriptions necessary for full functionality, including Emergency SOS messaging and unlimited check-in messages. The proposal outlines specific service requirements: - For 52 devices, monthly service must include at least 50 text messages or weather requests, 10 photo or voice messages, and tracking options with defined overage charges. - For 6 devices, higher service levels are required, offering at least 150 text messages, 25 photo or voice messages, and unlimited live tracking. Payments for services will be made via Government Purchase Card (GPC), and the plan should allow flexibility to adjust the number of devices and subscriptions as needed. This document aims to establish an agreement for ongoing satellite communication capabilities critical for operational effectiveness in various scenarios, emphasizing safety and responsiveness.
    The Request for Quotation (RFP) FA480325QB004 issued by the 20th Fighter Wing of the Air Force invites quotations for commercial items/services, specifically set aside for Service-Disabled Veteran-Owned Businesses under NAICS Code 517111. The procurement includes device activation fees and monthly subscriptions for PRO BASIC and PRO ADVANCED plans over a performance period from 24 February 2025 to 23 February 2030. Offerors must submit pricing details, product specifications, contractor information, and various compliance documents by the due date of 20 February 2025. Evaluation will focus on price and technical acceptability, with the government retaining the right to not award any contract if funds are unavailable or if no bids meet specifications. The RFP outlines various clauses and provisions that must be adhered to, ensuring compliance with federal regulations. This document emphasizes the commitment to include small businesses in government procurement processes and details the expectations for contractors regarding safety, health, and telecommunications standards.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    DRAFT RFP GPS Engineering, Analysis, and Remote Site Sustainment III (GEARSS III)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is preparing to release a Draft Request for Proposal (RFP) for the GPS Engineering, Analysis, and Remote Site Sustainment III (GEARSS III) project. This procurement aims to secure research and development services in the physical, engineering, and life sciences sectors, focusing on enhancing GPS capabilities and sustaining remote sites. The initiative is critical for maintaining operational readiness and technological advancement within the Air Force's GPS systems. Interested small businesses are encouraged to reach out to Matthew Buchanan at matthew.buchanan@spaceforce.mil or 719-554-8447, or Christopher Cook at christopher.cook.62@spaceforce.mil or 405-471-1465 for further details, as this opportunity is set aside for total small business participation under FAR 19.5.
    AFGSC Electronic Technical Order Client Device and Technical Library Sustainment
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the sustainment of the AFGSC Electronic Technical Order Client Device and Technical Library, with a focus on supporting ruggedized laptops and tablets across multiple Air Force bases. The procurement aims to ensure effective management and maintenance of technical order distribution and client devices from March 28, 2025, to March 27, 2030, emphasizing the importance of operational readiness and compliance with established protocols. Interested small businesses are encouraged to submit proposals that address technical capabilities, past performance, and pricing, with a total small business set-aside designation under NAICS code 541519. Proposals must be submitted by the specified deadline, and inquiries can be directed to Capt Natalie Norlock at natalie.norlock@us.af.mil or by phone at 937-443-1575.
    L-band Services - LTAC and LAISR Blanket Purchase Agreement (BPA)
    Buyer not available
    The Department of Defense, specifically the United States Space Force (USSF) Space Systems Command (SSC), is seeking industry feedback for a Blanket Purchase Agreement (BPA) focused on L-band Tactical (LTAC) and L-band Airborne for Intelligence, Surveillance, and Reconnaissance (LAISR) services. The objective is to establish a contract vehicle that provides access to global L-band managed services to support military communications needs, emphasizing reliability, operational availability, and adherence to security protocols. Interested vendors are encouraged to review the draft Performance Work Statement (PWS) and submit their feedback, along with relevant company information, by February 28, 2025, at 3:30 PM EST, to the designated contacts, Ms. Anar Wagner and Mr. Orlando Holloway, via email.
    Stratus 3 ADS B Receiver
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the procurement of the Stratus 3 ADS B Receiver, aimed at enhancing aviation safety and operational efficiency. This opportunity is set aside for small businesses under the Total Small Business Set-Aside (FAR 19.5) and falls under the NAICS code 334111, which pertains to Electronic Computer Manufacturing. The goods sought are critical for IT and telecom applications, particularly in mobile device products, ensuring reliable communication and data transmission in military operations. Interested vendors can reach out to Patricia Lee-Smith at patricia.h.lee-smith.civ@army.mil or call 402-309-8294 for further details regarding the solicitation process.
    QueKiosk Subscription & Support
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the QueKiosk Subscription & Support, aimed at enhancing kiosk services at Edwards Air Force Base in California. This procurement seeks comprehensive support services, including live help desk assistance, maintenance of kiosk management software, hardware repairs, and software subscriptions, to ensure efficient operation and public interaction through TIPS kiosks. The contract will cover a base period from February 15, 2025, to February 14, 2029, with the possibility of three additional option years, and is set aside for small businesses under NAICS code 541513. Interested parties must submit written quotes by September 10, 2024, and direct any questions to Willie Toles or Amanda Tate at the provided contact information.
    SEV STRATEGIC REPLENISHMENT CONTRACT
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the Strategic Replenishment Contract (SRC) aimed at sourcing, acquiring, and delivering a wide range of ground and aircraft common support equipment (CSE). This procurement involves approximately 500 National Stock Numbers (NSNs) across various Federal Supply Classes (FSCs), with a focus on maintaining existing capabilities rather than initiating new programs. The contract will be set aside for small businesses and is expected to span a total of ten years, including a basic contract period of one year and nine additional ordering periods of 12 months each. Interested parties should direct inquiries to Shanika Brown at shanika.brown.1@us.af.mil or Reid Sawyer at reid.sawyer@us.af.mil, with proposals due by February 16, 2021.
    GNSS RECEIVER with IMU TILT COMPENSATION
    Buyer not available
    The U.S. Geological Survey, part of the Department of the Interior, is seeking proposals for the procurement of a GNSS Receiver with Integrated IMU Tilt Compensation, specifically the Triumph-3NR model, through a total small business set-aside solicitation. The equipment is intended for surveying and mapping applications, requiring advanced capabilities such as tracking multiple satellite navigation systems, operating on rechargeable batteries for at least 24 hours, and achieving high positional accuracy for both autonomous and real-time kinematic positioning. Proposals must comply with detailed technical specifications, including performance metrics and environmental standards, and must be submitted by February 19, 2025, with the solicitation opening on February 11, 2025. Interested vendors can contact Imani Tillman at itillman@usgs.gov for further information.
    Instrumentation Range Support Program IV
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking firms to provide logistics sustainment support for the Instrumentation Range Support Program IV (IRSP IV) at Patrick Air Force Base, Florida. This procurement aims to identify contractors capable of supporting instrumentation tracking systems, including radar, telemetry, optics, flight termination systems, GPS, and data acquisition systems, utilized by various agencies such as the DoD, DoE, NASA, and foreign governments. The IRSP IV is critical for maintaining the operability of these systems across multiple test ranges, with an anticipated contract value between $500 million to $1 billion over a decade. Interested vendors must respond by February 19, 2025, providing details on their capabilities and experience, and can contact Sandra M. Seman at Sandra.seman@us.af.mil or Edwin Baldomero at edwin.baldomero.1@spaceforce.mil for further information.
    AV2011 SATCOM Antennas
    Buyer not available
    The U.S. Special Operations Command (USSOCOM) is seeking proposals from qualified small businesses for the procurement of AV2011 SATCOM antennas, as outlined in Solicitation Number H92276-25-Q-0005. The antennas must meet specific technical requirements, including a frequency range of 240-318 MHz and a nominal gain of +15 dBi at 318 MHz, with delivery expected within 30 weeks post-award to Camp Lemonnier, Djibouti. This procurement underscores the importance of reliable satellite telecommunications for defense operations, while also promoting small business participation in federal contracting. Interested vendors must submit their proposals by February 28, 2025, and direct any inquiries to Bryton Lawson at bryton.h.lawson.mil@socom.mil.
    Cellular Voice and Data Services under NAVSUP Spiral 4 IDIQ.
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services, is planning to award a Firm-Fixed Price Task Order contract for Cellular Voice and Data Services to support the Defense POW/MIA Accounting Agency (DPAA). The procurement aims to provide smartphones and tablets compliant with the Defense Information Systems Agency's Unclassified Mobility Capability, ensuring personnel can effectively account for missing service members while requiring both domestic and international coverage. This initiative is part of the DoD's effort to streamline cellular services under a single vendor, with a contract duration of one year and four optional extensions, potentially lasting until March 14, 2030. Interested parties may express their capabilities via email to Rashida Webb at rashida.d.webb.civ@mail.mil or Jeanelle Joseph at jeanelle.joseph.civ@mail.mil, as no formal quotations will be requested.