Notice of Intent to Award Sole Source Order to Spire Global Subsidiary, Inc.
ID: N66001-24-Q-6340Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNIWC PACIFICSAN DIEGO, CA, 92152-5001, USA

NAICS

Satellite Telecommunications (517410)

PSC

IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONS (7)
Timeline
    Description

    The Department of Defense, specifically the Naval Information Warfare Center (NIWC) Pacific, intends to award a sole source contract to Spire Global Subsidiary, Inc. for a Dynamic AIS Data Feed software subscription. The procurement involves an annual subscription for 240 users for the base year, with options for three additional years at the same quantity, highlighting the importance of reliable satellite telecommunications in supporting naval operations. Interested parties who believe they can meet the requirements are encouraged to submit a capability statement by September 10, 2024, with all submissions directed to Contract Specialist Fernanda Aguilar Robles at fernanda.aguilar-rob@navy.mil. Vendors must also be registered in the System for Award Management (SAM) to be eligible for consideration.

    Point(s) of Contact
    Fernanda Aguilar RoblesContract Specialist
    (619) 553-4360
    fernanda.aguilar-rob@navy.mil
    Files
    No associated files provided.
    Lifecycle
    Similar Opportunities
    NAWCAD WOLF - Intent to Sole Source for Unique Identification Management System Software & License Renewals in support of AN/UPX-29 ISEA.
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), intends to procure the A2B Tracking UC! Web™ Core ITAR Software-as-a-Service from A2B Tracking Solutions, Inc., on a sole-source basis. This procurement involves the acquisition of two software licenses, maintenance support, and necessary hardware components to enhance the Unique Identification Management System for military asset management. The selected solution will facilitate data exchange within various procurement modules, ensuring compliance with military standards and operational efficiency. Proposals are due by September 16, 2024, and interested vendors must be authorized distributors of A2B Tracking Solutions, registered in the System for Award Management (SAM), and provide comprehensive technical and pricing information for evaluation. For further inquiries, contact Maria A. Sproul at maria.a.sproul.civ@us.navy.mil or call 240-808-9150.
    70--Splunk Enterprise renewal
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is planning to award a Sole Source Firm Fixed Price contract for the renewal of Splunk Enterprise 150GB a day support. This service is required by Naval Cyber Defense Operations Command and is used for cyber defense operations. The contract will be awarded to authorized resellers of Splunk Enterprise. The RFQ number for this procurement is N00189-17-T-0094. Interested vendors can download the complete RFQ package from the NECO Website. The NAICS code for this acquisition is 511210, Software Publishers, with a size standard of $38,500,000. This notice is not a request for competitive quotations, but all responsible sources may submit a quotation for consideration. Vendors must be registered in the SAM database to be eligible for award.
    N66001-24-R-0060 Notice of Intent to Award Sole Source
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, intends to award a sole-source contract to Brandywine Communications for the provision of parts and modules related to the Navy's ruggedized Time and Frequency Distribution System (TFDS). This procurement aims to support both shore and fleet users, ensuring the sustainment and maintenance of existing TFDS systems while also facilitating the acquisition of new systems for Virginia and Columbia Class submarines. The TFDS is critical for the Navy's submarine communication community, and Brandywine Communications is the only source capable of fulfilling these requirements without incurring substantial costs or delays associated with alternative systems. The estimated contract value is $8.2 million, with a performance period of one year and four optional one-year extensions. Interested parties may contact Contract Specialist April Anne B Segovia at aprilanne.b.segovia.civ@us.navy.mil or 619-553-4490, with responses due by September 10, 2024, at 1630.
    IVER AUTONOMOUS UNDERWATER VEHICLE MATERIALS AND MAINTENANCE SERVICE
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center San Diego, intends to award a sole source contract for IVER Autonomous Underwater Vehicle (AUV) materials and maintenance services to L3Harris. The objective of this procurement is to sustain a fully operational inventory of IVER AUVs, which are critical for conducting surveys that support intelligence preparation and provide tailored meteorology and oceanography forecasts for operational mission planning. The anticipated award date for this contract is on or before September 5, 2024, and interested parties must submit their capability statements by 8:00 AM Pacific Standard Time on that date to Charles E. Bruce at charles.e.bruce2.civ@us.navy.mil, as no competitive proposals will be accepted.
    Teleseer Scout Licnese
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Center Pacific (NIWC Pacific), intends to award a noncompetitive contract to Cyberspatial Inc. for the procurement of a Teleseer SCOUT Annual License and associated services. The contract includes the purchase of a specialized software license, customer engineering support, a 4K interactive touch monitor, and a rolling TV stand, all essential for cybersecurity testing and evaluation. The selected items will enable visualization of network discoveries during testing and facilitate the presentation of test results, underscoring their importance in enhancing cybersecurity capabilities. Interested parties can reach out to Contract Specialist Joshua Joiner at joshua.j.joiner.civ@us.navy.mil or by phone at 619-884-7262 for further details.
    SubHDR Antenna Pedastal Group Spares and Repairs
    Active
    Dept Of Defense
    The U.S. Navy is seeking a contractor for the Submarine High Data Rate (SubHDR) Antenna Pedestal Group (APG) Spares and Repairs Program. The program focuses on enhancing submarine communication systems by ensuring access to timely depot-level services, including inspections, remanufacturing, and engineering support. The contractor will provide services and supplies for the refurbishment and repair of SubHDR APGs and select Mast Group LRUs, along with associated engineering tasks. This procurement emphasizes the need for efficient radar system upgrades and a comprehensive staffing plan to support the Navy's operational readiness. It seeks a wide range of motor assemblies, RF components, and waveguide assemblies, highlighting the requirement's importance in maintaining submarine communications. The contract, processed under FAR Part 15, offers a ten-year ordering period, firm-fixed-price, and cost-plus-fixed-fee structures. It entails depot-level services, with labor categories and costs playing a pivotal role in the selection process. Offerors must submit proposals by the deadline, focusing on technical quality, cost effectiveness, and timely execution. Contact Nicolas Favreau and Kristina Michael for more information on this $X million opportunity, with key deadlines including a submission date of September 23, 2024.
    Notice of intent to award sole source
    Active
    Dept Of Defense
    Notice of intent to award sole source. The Department of Defense, specifically the Department of the Navy, through the Naval Oceanographic Office, has issued a Special Notice. The notice indicates the intent to award a sole source contract. The details of the service/item being procured are not provided in the document.
    Notice of Intent - Sole source
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), intends to procure CRNAV membership services from Marin, the Marine Institute of the Netherlands, on a sole-source basis for the period of October 1, 2024, to September 30, 2025. This procurement aims to secure a one-year membership in the Cooperative Research Navies (CRNAV) Group, which is crucial for enhancing naval ship stability criteria and providing operational guidance during heavy weather training. The contract will utilize Simplified Acquisition Procedures and is limited to Marin due to its role as the designated coordinator for CRNAV support, with key deliverables including updates on FREDYN software and coordination assistance for technical groups. Interested vendors must submit a capabilities statement by September 20, 2024, and inquiries should be directed to Steven Besanko at steven.besanko@navy.mil.
    Environmental Systems Research Institute, Inc. (ESRI), ArcGIS Geospatial Software
    Active
    Dept Of Defense
    Special Notice: DEPT OF DEFENSE, DEPT OF THE NAVY intends to award a sole source contract to Environmental Systems Research Institute, Inc. (ESRI) for the annual renewal of ArcGIS software licenses. The licenses are used by the Naval Post Graduate School for academic instruction and research in Computer Science, Space Systems, and the Graduate School of Engineering and Applied Sciences. ArcGIS is a geospatial and map making/modeling software that provides spatial analysis and modeling features. The contract will be a firm fixed price contract and the anticipated award date is on or before the end of January 2024. The place of delivery is Naval Post Graduate School in Monterey, CA. Interested sources must submit a capability statement by November 17, 2023, demonstrating their ability to provide the licenses and proof of being an authorized distributor.
    PURCHASE OF MODELING SOFTWARE LICENSES
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Research Laboratory, intends to award a sole source contract for the purchase of modeling software licenses from COMSOL. This procurement is aimed at fulfilling specific software licensing requirements essential for the laboratory's research and development activities. The software is critical for various applications within the IT and telecom sectors, particularly in application development. Interested parties are encouraged to express their capabilities within 15 calendar days of this notice, and any inquiries should be directed to Dwyane McQueen at dwyane.a.mcqueen.civ@us.navy.mil. The procurement will utilize Simplified Acquisition Procedures under FAR Part 13.106-1(b), with a threshold not exceeding $250,000.