Intent to Sole Source to Vertical Bridge Real Estate II, LLC, for lease of Antenna site in St. Louis, MO.
ID: SS-TGT-24-035Type: Special Notice
Overview

Buyer

TREASURY, DEPARTMENT OF THEBUREAU OF THE FISCAL SERVICEBUREAU OF THE FISCAL SERVICE

PSC

LEASE/RENTAL OF ELECTRONIC AND COMMUNICATIONS FACILITIES (X1BG)
Timeline
    Description

    Special Notice: Treasury, Department of the Bureau of the Fiscal Service intends to make a sole source award to Vertical Bridge Real Estate II, LLC for the lease of an antenna site in St. Louis, MO. The leased space is essential for providing antenna and floor space for Treasury Inspector General (TIGTA) repeaters, which enable communication for TIGTA Agents in the field. The contract period is from January 1, 2024, to December 31, 2028. No solicitation is available for this opportunity. Interested vendors must provide evidence of their capability to provide tower antenna and floor space in the same geographic location. Responses must be submitted before 10:00 AM (ET), December 18, 2023, to be considered. For more information, contact Contract Specialist Dean A. Albrecht at purchasing@fiscal.treasury.gov.

    Files
    Title
    Posted
    The U.S. Department of the Treasury's Fiscal Service intends to award a sole source contract to Vertical Bridge for a tower lease necessary for Tiger communications in St. Louis, MO, from January 1, 2024, to December 31, 2028. Interested vendors must demonstrate their capabilities by responding with specific information by 10:00 AM (ET) on December 18, 2023; otherwise, the award will proceed to Vertical Bridge without a solicitation. Responses must adhere to specific requirements and formats outlined in the notice.
    Similar Opportunities
    Antenna Replacement
    Active
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking services for the replacement of antennas at the Baileys Crossroads tower site in Falls Church, VA. The objective of this contract is to have four antennas and coax lines removed and replaced. The existing equipment is not functioning properly and needs to be replaced to ensure proper radio communications support for FBI personnel during daily investigations and National Special Security Events in the area. The tower is leased from Adame Consulting LLC to house the FBI's Land Mobile Radio equipment.
    WCF Microwave Intrusion Detection Upgrade
    Active
    Treasury, Department Of The
    The Department of the Treasury, through the Bureau of Engraving and Printing (BEP), is soliciting proposals for the upgrade of the existing perimeter intrusion detection system at the Western Currency Facility in Fort Worth, Texas. The project involves the removal of outdated analog sensors and the installation of a new digital high-security volumetric perimeter intrusion detection system, including a fence-mounted system, covering approximately 13,600 linear feet. This initiative is critical for enhancing security measures at a vital facility, ensuring compliance with federal, state, and local regulations throughout the installation process. Proposals are due by 12:00 PM CST on February 10, 2025, and interested parties should direct inquiries to Ariel Dillon at ariel.dillon@bep.gov.
    RF Spectrum In Place Monitoring System (IPMS)
    Active
    Dept Of Defense
    The National Geospatial-Intelligence Agency (NGA) is soliciting proposals for the development of an RF Spectrum In Place Monitoring System (IPMS) as part of its Next West (N2W) initiative. This procurement requires vendors to possess a TS/SCI clearance, as the details are posted on a classified website, emphasizing the sensitive nature of the project. The RF Spectrum IPMS is crucial for enhancing the NGA's capabilities in monitoring and managing radio frequency communications, which is vital for national security operations. Interested parties should contact Kenneth M. Lehrmann at kenneth.m.lehrmann@nga.mil or Douglas H. Verseman at douglas.h.verseman@nga.mil for further information, and they must ensure they have the necessary classified access to participate in this solicitation.
    Generator Replacement Services
    Active
    Treasury, Department Of The
    The Department of the Treasury, through the Bureau of the Fiscal Service, is seeking qualified vendors to provide Generator Replacement Services for the Armed Forces Retirement Home (AFRH) located in Gulfport, Mississippi. The objective of this Request for Information (RFI) is to identify capable contractors who can replace the main building generators and associated equipment, ensuring compliance with all relevant federal, state, and local regulations while enhancing the living conditions for approximately 600 retired military personnel on the campus. Interested vendors must submit detailed capabilities statements, including company information and relevant experience, by 2:00 PM EST on January 14, 2025, to the designated email addresses. For further inquiries, vendors may contact Kaity Eaton or Paul White at purchasing@fiscal.treasury.gov.
    7G--Special Notice of Intent to Sole Source Award
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) intends to award a sole source contract to Talos Engineering, Inc. for the replacement of the outdated alarm paging system at the Lyons Ferry Fish Hatchery. This procurement aims to secure LYFH radios and software installation to mitigate the risk of mass fish kills due to system failures, as the hatchery is responsible for rearing over 500,000 endangered salmon and steelhead. The total estimated funding for this project is approximately $250,000, which includes $25,050 allocated for necessary repairs to the communication system. Interested parties who believe they can meet the requirements are encouraged to submit a statement of capabilities via email to carterduke@fws.gov, as no telephone requests will be honored.
    Data Migration Services (SelecTech)
    Active
    Treasury, Department Of The
    The Department of the Treasury, specifically the Bureau of the Fiscal Service, intends to award a sole source contract for Data Migration Services to SelecTech LLC on behalf of the Federal Mine Safety and Health Review Commission (FMSHRC). The objective of this procurement is to facilitate the transition of legacy data from the unsupported Commvault system to the National Archives and Records Administration (NARA) and a new backup solution, ensuring compliance with federal records management policies. This data migration is critical for maintaining data integrity and minimizing disruption during the transfer process, leveraging SelecTech's exclusive partnership with Gen3i, known for its reliable migration services. Interested parties must submit their responses by January 22, 2025, at 10 AM EST, although the final decision on pursuing competitive procurement remains at the discretion of the Government.
    Office space at Burbank Airport
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking to lease office space at Burbank Airport in California for the Transportation Security Administration (TSA), as the current lease is set to expire. The GSA requires a minimum of 4,292 ANSI/BOMA office area square feet, along with two adjacent parking spaces, all located on contiguous airport property. This procurement is crucial for maintaining TSA operations at the airport, ensuring that all necessary services, utilities, and tenant alterations are included in the rental agreement. Interested parties must submit their expressions of interest to Katria Olbes at katria.olbes@gsa.gov by January 17, 2025, and submissions from non-owners must include a letter of permission from the property owner.
    Z--installation of antenna/related hardware, TEXAS
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified contractors for the installation of antenna and related hardware in Summerfield, Texas, as well as the removal of similar equipment in Hereford, Texas. This procurement involves nonpersonal services that must be executed in accordance with the provided Statement of Work (SOW). The services are critical for maintaining NOAA's operational capabilities and ensuring effective communication systems. Interested small businesses are encouraged to reach out to Suzanne Romberg-Garrett at suzanne.garrett@noaa.gov or by phone at 303-578-6439 for further details, as this opportunity is set aside for total small business participation under FAR 19.5.
    Z--Power Pole Repair - USGS MAgnetic Observatory, HI
    Active
    Interior, Department Of The
    The U.S. Department of the Interior, specifically the U.S. Geological Survey (USGS), is seeking qualified contractors for the repair of a broken crossarm on a primary power utility pole at the USGS Honolulu Magnetic Observatory in Ewa Beach, Hawaii. The project requires a comprehensive review and inspection of the site, coordination with various stakeholders, and the reestablishment of site power, including a power-down scenario to verify the functionality of the solar system. This opportunity is crucial for maintaining the operational integrity of the observatory's electrical infrastructure and is scheduled for execution between February and March 2025. Interested parties must submit their capability statements by 3:00 PM MDT on January 15, 2025, to Philip Robinson at probinson@usgs.gov, with the potential for the contract to be set aside for small businesses based on the responses received.
    Notice of Intent to Sole Source Local and Long-Distance Telecommunication Services (LTS)
    Active
    Dept Of Defense
    The Department of Defense, specifically the 90th Contracting Squadron at F.E. Warren AFB in Wyoming, intends to award a sole-source contract to Lumen Technologies Government Solutions, Inc. for local and long-distance telecommunication services. The contract will encompass services that include local access to designated circuit demarcation points, along with any necessary equipment, wiring, or infrastructure compatible with the existing government systems. This procurement is critical for maintaining effective communication capabilities within the Department of Defense. Interested parties should note that the anticipated award date is January 21, 2025, and all responses must be submitted in writing by 4:00 PM Mountain Time on January 17, 2025, to the primary contact, Amber Wiltanger, at amber.wiltanger@us.af.mil, or the secondary contact, Donna Doss, at donna.doss.1@us.af.mil.