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
    Similar Opportunities
    Folding telescoping tower for mounting a P-band radiometer
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking quotations for a Folding Telescoping Tower designed for mounting a P-band radiometer at its Northern Research Station in Parsons, West Virginia. The procurement includes essential components such as a guy wire kit, helical screw anchors, a worm gear winch drill adapter, and shipping, all of which must meet specific technical specifications outlined in the attached documentation. This equipment is crucial for telecommunications and research applications, requiring durability and safety under various environmental conditions. Interested small businesses must submit their quotations by September 9, 2024, and can direct inquiries to Eric King at eric.king@usda.gov or Keith Friot at keith.d.friot@usda.gov.
    D--CVOO Mt Oso Tower Repairs
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Reclamation, is seeking qualified contractors to provide repair services for the Mt. Oso tower as part of the Central Valley Operations Office (CVOO) project. The procurement involves a Firm-Fixed Price Purchase Order for the installation of cabling and antennas, with contractors required to comply with all applicable regulations and provide necessary certifications. This project is categorized as a 100% Small Business set-aside, emphasizing the government's commitment to supporting small businesses while ensuring adherence to strict operational standards. Quotes are due by September 9, 2024, and interested parties can contact Rashayla Brown at rbrown@usbr.gov or by phone at 916-978-5291 for further information.
    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.
    Lease of Office Space within Jefferson City, MO. Request for Lease Proposals (RLP) #24- REG06 – 2MO0423 Office Space
    Active
    General Services Administration
    The General Services Administration (GSA) seeks proposals for the lease of office space in Jefferson City, Missouri. The primary objective is to acquire approximately 5,391 to 5,800 square feet of contiguous office space, preferably in an area with minimal foot traffic, and three surface parking spaces. The scope of work for the successful applicant will involve providing the government with the specified office space, adhering to the outlined square footage and parking requirements. The lease term is planned for 15 years, with the first 13 years being firm. Offerors are expected to submit rates for various lease terms as outlined in the Request for Lease Proposals (RLP). Important considerations include tenant improvement allowances and building-specific amortized capital costs, with specified rates per ABOA SF. The GSA encourages businesses involved in the leasing of nonresidential spaces to apply. Applicants should possess the necessary certifications, licenses, and experience to meet the federal government's requirements for office space. It is highly recommended for interested parties to review the telecommunications prohibitions outlined in the Federal Acquisition Regulation (FAR) related to Section 889 of the FY19 National Defense Authorization Act (NDAA). Funding for this lease is estimated at around $47.66 per ABOA SF for tenant improvements, with the potential for multiple lease awards. The contract will be awarded based on the lowest price and technical acceptability, with evaluations focused on compliance with RLP and federal standards. The submission process occurs electronically through the Automated Advanced Acquisition Program (AAAP) and is open during the first seven days of each month, referred to as the Open Period. The government reserves the right to extend this period as needed. It is crucial for applicants to register on the AAAP portal and submit their proposals during the designated Open Period. For any clarifications or questions, interested parties can contact Lindsay Mead at lindsay.mead@gsa.gov or 816-401-0083. Additionally, Kellie Nolan is available at kellie.nolan@gsa.gov or 816-730-9461 for further assistance. Potential applicants should carefully review the Request for Lease Proposals (RLP) and associated documents available on the AAAP website for a detailed understanding of the requirements.
    Industry Day - Radio Frequency Spectrum In Place Monitoring System
    Active
    Dept Of Defense
    The National Geospatial-Intelligence Agency (NGA) is hosting an Industry Day for the Radio Frequency Spectrum In Place Monitoring System (IPMS) on July 30, 2024, at its facility in Arnold, Missouri. The event aims to provide an overview of the RF IPMS and gather feedback from industry partners regarding the forthcoming requirement for equipment and installation of a fully operational system at Next NGA West. This initiative is critical for enhancing national security through advanced monitoring technologies, and the NGA seeks to engage with contractors who can supply, install, and maintain the IPMS under a firm fixed price contract. Interested attendees must have a minimum SECRET clearance and submit a Visitor Access Request form by July 23, 2024, to Kenneth M. Lehrmann at kenneth.m.lehrmann@nga.mil or Douglas H. Verseman at douglas.h.verseman@nga.mil.
    PROVIDE, INSTALL, AND MAINTAIN AN UNPROTECTED TRANSPARENT OTU-2 (10.709GB) LEASE BETWEEN BLDG: 747,ROOM: 209, 240 KNAPP BLVD, BERRY FIELD ANG BASE, NASHVILLE, TN 37217 AND BLDG: 5160, ROOM: 1022, CER, FLOOR: 1ST, 5534 PRYOR DRIVE, SCOTT AFB, IL 62225
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting proposals for the provision, installation, and maintenance of an unprotected transparent OTU-2 lease between two specified locations: Berry Field ANG Base in Nashville, TN, and Scott AFB in Illinois. This procurement involves commercial telecommunications services, specifically under the NAICS code 517111, and is critical for ensuring reliable satellite communications and telecom access services. Interested vendors should note that the solicitation follows a Lowest Price Technically Acceptable (LPTA) evaluation process, with all quotes due by the specified deadline outlined in the attached solicitation documents. For further inquiries, potential bidders can contact John Beckman or Dale Rupright via their respective emails provided in the opportunity overview.
    (MATOC ONLY) Install Antenna Tower SOCKOR
    Active
    Dept Of Defense
    The Department of Defense, through the 411th Contracting Support Brigade, is soliciting proposals for the installation of a tactical antenna tower at SOCKOR HQ in South Korea. This project aims to enhance communication capabilities for joint operations, requiring contractors to prepare the site, erect a 20-foot communication tower, install power sources, and mount antennas, all while adhering to military and safety regulations. The successful contractor will need to comply with federal, state, and local regulations, engage with the community, and secure necessary permits, with a contract value estimated between $250,000 and $500,000. Proposals are due by September 11, 2024, following a mandatory site visit by September 5, 2024, and performance must commence within ten days of contract award, with completion expected within 90 days. Interested parties can contact Hyeun Kwon at hyeun.kwon.ln@army.mil or Nateeta Taylor at nateeta.d.taylor.civ@army.mil for further information.
    Intent to sole source - National Association of Insurance Commissioners InfoPro
    Active
    Treasury, Department Of The
    The Department of the Treasury, specifically the Bureau of the Fiscal Service, intends to award a sole source contract to the National Association of Insurance Commissioners (NAIC) for its InfoPro product, which provides critical access to extensive insurance regulatory data. This procurement aims to support the Office of Financial Research (OFR) and the Financial Stability Oversight Council (FSOC) in assessing market trends, corporate credit risk, and monitoring financial stability risks associated with the insurance sector. The NAIC InfoPro product is vital for ongoing research and reports on financial stress and stability, particularly concerning corporate and Treasury markets where insurance firms hold significant securities. Interested parties must submit written responses by August 26, 2024, demonstrating their capabilities, and should include company information, a capabilities statement, and confirmation of registration in the System for Award Management (SAM). The contract is expected to cover a period from January 1, 2025, to December 31, 2030, with an initial term of one year and four optional extensions.
    TIF Base+4 Whiteman AFB Synopsis
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, intends to award a sole source contract to Aries Consulting and Integration LLC for Threat Information File (TIF) Data Analysis Services at Whiteman Air Force Base, Missouri. This contract aims to support the 72nd Test Squadron by providing on-site analysis of current TIF data, which is crucial for mission planning and operational effectiveness related to the B-2 enterprise. The services are vital due to the proprietary nature of the data analysis software used, which is exclusively controlled by the intended awardee, ensuring no alternative vendors can meet the requirement. The anticipated award date is on or after September 20, 2024, and inquiries can be directed to Lynn Duchene at lynnann.duchene@us.af.mil or SSgt Ryan Hopkin at ryan.hopkin@us.af.mil.
    Notice of Intent to Issue Sole Source Award - FirstNet Radio Support Equipment & Software
    Active
    National Transportation Safety Board
    The National Transportation Safety Board (NTSB) intends to award a sole source contract to AT&T Mobility, LLC for the procurement of specialized radio support equipment and software essential for its accident investigation operations. This procurement includes software licenses, support services, and specific radio-related devices that leverage FirstNet technology to ensure reliable and instantaneous communication across various accident scenes nationwide. The NTSB's requirement for this unique infrastructure stems from its mission to enhance safety and operational effectiveness during emergency responses, with AT&T being the only provider capable of fulfilling these specialized needs due to its exclusive FirstNet infrastructure. Interested vendors are invited to submit capability statements within seven days of this notice, and inquiries can be directed to Kate Campbell at kate.campbell@ntsb.gov or by phone at 202-314-6209.