Notice of Intent to Sole Source to Mark 43, Inc.
Type: Special Notice
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS SECRET SERVICEU S SECRET SERVICEWASHINGTON, DC, 20223, USA

NAICS

Computer Storage Device Manufacturing (334112)
Timeline
  1. 1
    Posted Mar 27, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 27, 2025, 12:00 AM UTC
  3. 3
    Due Apr 4, 2025, 8:00 PM UTC
Description

The Department of Homeland Security, through the U.S. Secret Service (USSS), intends to award a sole source contract to Mark43, Inc. for the procurement of a FedRAMP Record Management System (RMS) Software as a Service. This contract aims to provide essential contractor support for a record management system that meets federal standards, facilitating efficient information sharing among law enforcement agencies in the National Capitol Region, including the Metropolitan Police Department and Capitol Police. Mark43 is uniquely positioned to fulfill this requirement due to its established interoperability with existing systems and its capability to generate necessary analytical threat reports. Interested parties that believe they can meet the USSS's requirements must submit evidence of their capability by 4:00 PM ET on April 4, 2025, to the primary contacts, Melissa Chabot and Jade Gaston, via the provided email addresses.

Point(s) of Contact
Files
Title
Posted
Mar 27, 2025, 3:05 PM UTC
The Department of Homeland Security (DHS), through the United States Security Service (USSS), intends to award a sole source contract to Mark43, Inc. for a 5-year firm-fixed-price agreement regarding the procurement of a FedRAMP Record Management System (RMS) Software as a Service. This system is essential for facilitating efficient information exchange between law enforcement agencies in the National Capitol Region, including the Metropolitan Police Department. Mark43 is deemed the only vendor that meets the unique requirements due to its established interoperability with existing systems used by partner agencies and its capability to provide necessary analytical threat reports. Efforts have been made to ensure competition, including market research and a Request for Information (RFI) posted on SAM.gov. However, most alternative vendors lacked the required certification and interoperability, making them unable to serve the agency's needs. While a notice of intent to sole source will be published to ensure compliance with regulations, the USSS will continue to explore new software solutions to enhance future competitiveness. This action is justified under the FAR provisions aimed at simplified acquisition procedures for commercial items exceeding specified thresholds.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
RFI for FingerPrint Segmentation Software and Capture Analysis (FSSCA)
Buyer not available
The U.S. Department of Homeland Security, through the Customs and Border Protection (CBP), is issuing a Request for Information (RFI) for the development of fingerprint segmentation software and capture analysis. This software is intended to enhance the processing of grayscale captured fingerprint slap images, focusing on functionalities such as bounding box generation, quality analysis, handedness detection, and adaptability to various fingerprint qualities for identity verification and traveler registration at CBP entry points. The RFI is a preliminary step to gather vendor input and does not constitute a commitment to contract; responses are due by April 30, 2025, and interested parties should direct inquiries to Lanette M. Barnes or Claire A. Hamilton via their respective emails.
Armed Security Guard Services
Buyer not available
The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking qualified vendors to provide Armed Security Guard Services through a Blanket Purchase Agreement (BPA). The primary objective is to ensure the rapid deployment of 35 armed guards within 24 to 48 hours following a service call, primarily at disaster-related sites and facilities across the United States during declared disasters. This initiative is crucial for maintaining security and safety for federal employees and visitors in emergency situations, enhancing FEMA's operational support capabilities. Interested contractors must submit their responses, including company information and capability statements, by April 28, 2025, to the primary contact, Sherri Brown, at Sherri.Brown@fema.dhs.gov, or the secondary contact, Meeka Tilahun, at Meeka.Tilahun@fema.dhs.gov.
DHS CWMD Mobile Detection Deployment Program (MDDP) RFI
Buyer not available
The Department of Homeland Security (DHS) is seeking sources for the Mobile Detection Deployment Program (MDDP) to enhance the nation's capabilities in detecting and responding to chemical, biological, radiological, and nuclear (CBRN) threats. The program requires deployable field management and scientific support services, including operational, technical, and logistical aid, as outlined in the attached Statement of Work (SOW). This initiative is critical for national security, ensuring preparedness against weapons of mass destruction through effective deployment and maintenance of detection assets, training personnel, and managing technical support staff. Interested vendors must submit a capability statement by April 29, 2025, and can contact William Grimm at william.grimm@hq.dhs.gov or 202-601-9823 for further information.
D--Special Notice of Intent to Sole Source Award
Buyer not available
The U.S. Fish and Wildlife Service (USFWS) intends to award a sole source contract to Siemens Industry Inc. for ongoing maintenance of its electronic security system at the Mountain Valley National Wildlife Refuge. This contract, which includes a firm fixed price base and two option years, is necessary to ensure the continued effectiveness of the security system in deterring crime and protecting both property and public safety. Siemens Industry Inc. is uniquely qualified to provide the required technical support, having originally installed the current security server and being the only vendor capable of meeting the specific needs outlined in the procurement. Interested parties who believe they can fulfill these requirements are invited to submit a statement of capabilities via email to Mary Rawlinson at MaryRawlinson@fws.gov, as this notice does not constitute a solicitation for competitive quotes.
FY25 VMware Enterprise Software Maintenance BNJ
Buyer not available
The Department of Homeland Security, through the U.S. Coast Guard, is seeking to renew VMware Enterprise software licenses and maintenance support as part of its FY25 procurement efforts. This requirement is based on the need for specialized software that is only available from a single manufacturer, justifying an exception to fair opportunity regulations under FAR 16.505. The procurement will utilize NASA's Solutions for Enterprise-Wide Procurement (SEWP) V contract, ensuring competition among certified resellers while maintaining compliance with competitive acquisition standards. Interested parties should note that the anticipated costs will be evaluated for fairness and reasonableness, and further market research will be conducted for future software needs.
Protective Services Officer
Buyer not available
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.
Risk Safety Solutions (RSS) Chemicals - Chemical Inventory Management Tool
Buyer not available
The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking to negotiate a sole-source contract with The Regents of the University of California for the continued use of the Risk Safety Solutions (RSS) application, a critical chemical inventory management tool utilized by NOAA Fisheries. This tool is essential for tracking chemical inventories, ensuring compliance with federal safety regulations, and enhancing laboratory safety protocols, particularly in adherence to OSHA regulations. The contract will cover subscription services, user training, automated regulatory reporting, and technical support, with a base period from May 3, 2025, to May 2, 2026, and options for two additional years. Interested firms may submit documentation to demonstrate their capabilities within 15 days of publication, and inquiries can be directed to Raynier Camerino at raynier.camerino@noaa.gov or Shawana Randolph at shawana.randolph@noaa.gov.
RFQ 70US0925Q70092271 Mini crawler crane for the USSS
Buyer not available
The U.S. Secret Service is seeking quotations for the procurement of a mini crawler crane, specifically the Spydercrane URW095CP3UBRS, to assist in lifting heavy protective glass panels for security operations. The equipment must meet specific technical requirements, including a lifting capacity of nearly 2,000 lbs and various safety features, with delivery expected within 30 days of order receipt at the Technical Security Division in Landover, Maryland. This procurement is crucial for enhancing the operational capabilities of the Secret Service in maintaining security standards. Interested vendors must submit their proposals electronically, ensuring compliance with federal regulations and emphasizing small business participation, with all submissions directed to primary contact Yu-Jin Kim at Yu-Jin.Kim@usss.dhs.gov or secondary contact Caitlin Minor at caitlin.minor@usss.dhs.gov.
Sources Sought - Acquisition Professionals Suite of Information and Knowledge Sharing Platform
Buyer not available
The Department of Justice, specifically the U.S. Marshals Service (USMS), is conducting market research through a sources sought notice to identify potential sources for a comprehensive Acquisition Professionals Suite of Information and Knowledge Sharing Platform. This platform is intended to provide acquisition professionals with access to acquisition news, case law, newsletters, resources, and training, facilitating continuous learning and knowledge sharing within the DOJ/USMS acquisition workforce. Interested parties are invited to submit their qualifications and capabilities by April 30, 2025, to Kim Ramsay at kim.ramsay2@usdoj.gov, with the subject line SS-Acquisition Professionals Platform. This notice is for informational purposes only and does not constitute a solicitation or commitment by the Government.
Rudder Shaft Seal Service Kits "A" & "B"
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking to award a firm-fixed price contract for Rudder Shaft Seal Service Kits "A" and "B" essential for the propulsion and rudder shaft seal systems of the 154’ Patrol Boats (WPCs). The procurement emphasizes the requirement for original equipment manufacturer (OEM) components from Defense Maritime Solutions, Inc., ensuring compatibility and performance, while rejecting non-OEM proposals due to safety and operational integrity concerns. Interested contractors must submit their quotes electronically by April 29, 2025, with delivery of the components required within 120 calendar days after contract award. For further inquiries, interested parties can contact Dana D. Solomon at dana.d.solomon@uscg.mil or by phone at 571-607-5200.