FY24-28 D12 BTOOLKIT(ITD)
ID: 15M10224QA4700009Type: Special Notice
Overview

Buyer

JUSTICE, DEPARTMENT OFUS MARSHALS SERVICE MARSHALS SERVICE

PSC

IT and Telecom - Network: Satellite Communications and Telecom Access Services (DG11)
Timeline
  1. 1
    Posted Dec 12, 2023 5:52 PM
  2. 2
    Updated Dec 12, 2023 5:52 PM
  3. 3
    Due Dec 19, 2023 4:00 PM
Description

Special Notice: Justice, Department of, US Marshals Service intends to award a sole source firm fixed price contract for internet service for the Central District of California. The contract will have a 12-month base period with four 12-month option periods. The estimated value of the contract is $41,088.00. This notice is not a request for quotes or proposals. For any questions or comments, contact Contracting Officer Renee Leaman at Renee.Leaman@usdoj.gov.

Point(s) of Contact
Files
No associated files provided.
Lifecycle
Title
Type
FY24-28 D12 BTOOLKIT(ITD)
Currently viewing
Special Notice
Similar Opportunities
Protective Services Officer
Active
Justice, Department Of
Sources Sought JUSTICE, DEPARTMENT OF is seeking a Total Small Business Set-Aside for the procurement of Protective Services Officer. This opportunity is for the recruitment of Protective Service Officers (PSOs) to assist the US Marshals Service. PSOs are responsible for ensuring the safety and security of USMS protected persons and property. They perform tasks such as standing post, patrolling duty locations, monitoring surveillance equipment, controlling access points, and evacuating protected persons in emergency situations. PSOs also provide security for specific physical locations and secure sites occupied by or visited by protected persons. Eligible candidates must have experience as actively employed, reserve, or local Law Enforcement Officers with arrest authority and a minimum of one year of experience, or Military Police Officers with a minimum of one year of experience. The position requires U.S. citizenship, being 21 years of age or older, holding a high school diploma or GED, and possessing a valid U.S. driver's license. Applicants must also have no felony criminal convictions, disqualifying misdemeanor convictions, or derogatory civil records. Firearms proficiency and medical fitness are also required. Interested applicants should submit a resume, USM 235, and USM 606 to the provided email address. Failure to follow instructions may result in non-employment by the USMS.
Notice of Intent to Sole Source ReadySuite Software
Active
Justice, Department Of
The Executive Office for United States Attorneys intends to award a sole-source contract to KLDiscovery Ontrack LLC for specialized software services. The Notice of Intent outlines the requirement for the ReadySuite software with Optical Character Recognition (OCR) and network software subscription. This software is crucial for the Litigation Technology Service Center's operations. ReadySuite assists in data validation, conversion, and manipulation for litigation support. The software is an essential tool for the Center's web-based hosting applications and document production processes. The contract would run for 12 months, starting from the end of September 2024. This notice serves as an informational update, and the government is not seeking competitive bids. However, the government will consider any relevant information submitted within five days of the notice's publication. The contact for any queries regarding this notice is Maynard Minor, Contracting Officer, who can be reached at maynard.minor@usdoj.gov.
Warranty Extension
Active
Justice, Department Of
The Drug Enforcement Administration (DEA) plans to award a sole-source procurement contract to JSI Telecom Inc. for a one-year warranty extension. The agency seeks to negotiate a firm fixed-priced purchase order. Per FAR 5.207(c)(16)(ii), the DEA invites vendors to submit capability statements if they can meet the required terms. The agency will consider these submissions but retains discretion on whether to open the procurement to competition. The attached justification further explains this decision. The closing date for submitting capability statements is July 30, 2024, at 10:00 AM Eastern Standard Time. Interested vendors should send their submissions electronically to Sonya.L.Maxwell@dea.gov. Please note that this is not a request for competitive quotations, and there is no RFQ available. Vendors are advised that the NAICS Code for this requirement is 334290. For further clarification, vendors may contact Sonya Maxwell at the provided email address.
Notice of Intent to Sole Source Modifications and Enhancements on Integrated Security Management System (ISMS)
Active
Homeland Security, Department Of
Notice of Intent to Sole Source Modifications and Enhancements on Integrated Security Management System (ISMS) The Department of Homeland Security, Office of Procurement Operations, on behalf of the Office of the Chief Security Officer, has issued a notice of intent to award a sole source procurement for modifications and enhancements on the Integrated Security Management System (ISMS) application. The service being procured is application development and technical support services for the ISMS application. The ISMS application is used by the Department of Homeland Security to manage and enhance security measures. It is a comprehensive system that integrates various security components and provides a centralized platform for monitoring and managing security operations. The modifications and enhancements will further improve the functionality and effectiveness of the ISMS application. The contract will be awarded to The Centech Group, Inc., located at 4437 Brookfield Corporate Drive, Suite 207, Chantilly, VA 20152. The place of performance for this procurement is Springfield, Virginia, United States. For more information or inquiries, please contact Jessica A. Phillips at jessica.phillips@hq.dhs.gov or Tanya M. Hill at Tanya.hill@hq.dhs.gov.
USMS FY24 D07 INTELLIGENT KEY MANAGEMENT SYSTEM
Active
Justice, Department Of
The US Department of Justice, US Marshals Service (USMS) is seeking proposals for its FY24 D07 Intelligent Key Management System project. The corrected deadline for offers is now August 1st, 2024, at 1:00 p.m. EST. The solicitation aims to procure an advanced key management system that aligns with the latest technology and integrates seamlessly with the existing access control system. The system should enable efficient management and auditing of physical key access, enhancing security across USMS facilities. Offerors should provide a quote on their company letterhead, including relevant details such as logo, address, point of contact, and Cage Code. Additionally, they must complete and return a signed SF-1449 form with pricing information. It's crucial to follow the instructions mentioned in the Schedule of Supplies/Services to ensure responsiveness. Eligible offerors should be registered with the Commercial and Government Entity (CAGE) and possess the necessary experience and expertise in implementing similar key management solutions. The contract award will likely result in a firm-fixed-price agreement, with an estimated value of $250,000 to $500,000. Offerors are encouraged to carefully review the attached RFP for a comprehensive understanding of requirements and evaluation criteria. For clarification or further information, interested parties can contact Jennifer Brite at jennifer.brite@usdoj.gov or Kate Oravitz-Weeks at Kathryn.Oravitz-Weeks@usdoj.gov. It's important to note that this opportunity is open to all eligible participants, and there is no set-aside specified. Offerors are advised to submit their proposals by the corrected deadline to ensure consideration.