D--SPECIAL NOTICE OF INTENT TO AWARD TO A SOLE SOURCE
ID: DOIFFBO240204Type: Special Notice
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, IT SERVICESFalls Church, VA, 22041, USA

NAICS

Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing (334220)

PSC

IT AND TELECOM - MOBILE DEVICE AS A SERVICE (DE11)
Timeline
    Description

    The U.S. Fish and Wildlife Service (USFWS) intends to award a sole source contract to Skymira, LLC for the procurement of 135 Orbcomm Satellite terminals and associated data services, aimed at enhancing the operational efficiency and safety of wildland fire vehicles. This acquisition is critical for ensuring reliable vehicle tracking in remote areas, as mandated by the Dingell Act, and is designed to streamline interagency operations in collaboration with the Bureau of Land Management (BLM), which already utilizes the same tracking system for over 700 vehicles. The contract will be awarded under Simplified Acquisition Procedures, with a total value not exceeding $250,000, and interested parties are invited to express their capabilities within ten calendar days of this notice, which closes on September 22, 2024, at 5:00 p.m. Eastern Time. For further inquiries, contact Melissa Niemi at melissa_niemi@fws.gov or by phone at 612-713-5216.

    Point(s) of Contact
    Niemi, Melissa
    (612) 713-5216
    (612) 713-5290
    melissa_niemi@fws.gov
    Files
    Title
    Posted
    The U.S. Fish and Wildlife Service (FWS) is seeking to procure Orbcomm ST6100 satellite tracking devices and associated services for its wildland fire vehicles. This acquisition is aimed at enhancing safety and operational efficiency, as per the requirements set forth by the Dingell Act, ensuring that vehicle tracking is reliable in remote areas without cellular service. FWS is collaborating with the Bureau of Land Management (BLM), which already employs the same tracking system for over 700 vehicles, streamlining interagency operations. The request entails the purchase of 135 tracking terminals, which will be installed in FY25, and requires a service component provided by SkyMira, an approved vendor with the capability for satellite data backhaul—a key feature that competitors like Verizon and Samsara cannot offer. The justification for limiting the sourcing process is based on the unique nature of the required technology, the established working relationship with BLM, and the system's specific needs, which other providers cannot fulfill. The market research conducted supports this choice, demonstrating that the satellite functionality of the Orbcomm system is vital for effective vehicle tracking and safety management. This procurement reflects an efficient approach to improving interagency capabilities and response during fire management operations while maximizing cost-effectiveness and operational synergy.
    Lifecycle
    Title
    Type
    Similar Opportunities
    J--Fire Engine Motor Replacement-Desert NWR, NV
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) intends to award a sole source contract for the replacement of the motor on fire engine 8262, a 2016 Ford F550, at the Desert National Wildlife Refuge in Nevada. The urgency of this procurement arises from the critical need for the fire engine to be operational for emergency response, particularly with the upcoming fire season. Rush Truck Centers has been identified as the only local vendor capable of performing the necessary repairs in a timely manner, as they have already begun troubleshooting the engine and possess certified Ford ASE mechanics. Interested parties may submit capability statements to Darla Freyholtz Ballard at darlafreyholtzballard@fws.gov within ten calendar days of this notice, with the contract period of performance set from September 20, 2024, to November 1, 2024.
    F--MT-CHARLES M RUSSELL-AERIAL HERBICIDE TR
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service intends to award a sole source contract to AV8-Orr Helicopter Services Inc for aerial herbicide application services targeting Japanese brome infestations in sagebrush rangelands at the Charles M Russell National Wildlife Refuge and UL Bend National Wildlife Refuge. The contract aims to utilize AV8-Orr's local expertise and proven capability in precise herbicide application, which is critical for managing invasive species in these sensitive habitats. Interested parties who believe they can fulfill the requirements are invited to submit a statement of capabilities to Lydia Patrick at lydiapatrick@fws.gov, with no reimbursement for costs incurred in response to this notice. The NAICS code for this opportunity is 115112, with a small business size standard of $9.5 million.
    Notice of Intent to Award Sole Source - Federal Interagency Council for Outdoor Recreation
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, intends to award a sole-source firm-fixed price contract to Ross Strategic for support of the Federal Interagency Council for Outdoor Recreation (FICOR). The contract aims to leverage Ross Strategic's unique qualifications and extensive experience in facilitating FICOR's objectives, as they have been the sole contractor for this work since FICOR's inception. This opportunity is critical for ensuring ongoing coordination and effective implementation of FICOR's initiatives among federal agencies. Interested parties must submit their technical capabilities to Sherreda Brown at sherreda.brown@usda.gov by September 24, 2024, at 11:00 am EDT, as this notice serves as a market research tool rather than a formal solicitation.
    F--Exclusive Use Fixed Wing Single Engine Scooper Services
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is preparing to issue a presolicitation notice for Exclusive Use Fixed Wing Single Engine Scooper Services based at Fort Wainwright, Fairbanks, Alaska. The BLM requires four contractor-operated amphibious water-scooping aircraft that meet specific criteria, including a minimum tank capacity of 800 gallons and the capability to operate from remote gravel runways. These services are crucial for the BLM's Aviation Fire Service (AFS) to effectively manage fire suppression efforts during the fire season, which runs from May 20 to August 2 each year. The contract will be structured as an Indefinite Delivery Indefinite Quantity (IDIQ) arrangement lasting five years, with the solicitation expected to be issued around September 23, 2024. Interested contractors should contact Heather Sizick at heathersizick@ibc.doi.gov for further information.
    Exclusive Use Fixed Wing Single Engine Scooper Ser
    Active
    Interior, Department Of The
    The Department of the Interior, through the Bureau of Land Management (BLM), is seeking proposals for exclusive use of fixed-wing single-engine amphibious water-scooping aircraft to support fire suppression operations at Fort Wainwright, Fairbanks, Alaska. The procurement aims to secure four contractor-operated and maintained aircraft, which must meet specific FAA airworthiness criteria, including a tank capacity of 800 US gallons and the capability to operate from gravel runways. This contract is crucial for ensuring effective fire management during the fire season, with services anticipated to be required annually from May 20 to August 2, following a five-year ordering period starting April 1, 2025. Interested bidders should note that the solicitation is expected to be issued around September 23, 2024, and can contact Heather Sizick at heathersizick@ibc.doi.gov for further inquiries.
    20--Notice of Intent to Sole Source - Sofar Ocean
    Active
    Interior, Department Of The
    The U.S. Geological Survey (USGS) intends to award a sole source five-year contract to Sofar Ocean Technologies for access to the proprietary Spotter Platform, which provides critical marine sensing data. This subscription service includes real-time and historical data from Spotter buoys, which have been utilized by the USGS since 2021, following significant investments in compatible equipment. The estimated annual cost for this service is $35,000, totaling $175,000 over the contract period, with responses to this notice due by September 19, 2023, at 12:00 PM Mountain Time. Interested parties may contact Mindie Dixon at mdixon@usgs.gov or (703) 648-7375 for further information.
    WA-WILLAPA NWR-AERIAL HERBICIDE
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking proposals from small businesses for an aerial herbicide application project aimed at controlling invasive plant species at Leadbetter Point within the Willapa National Wildlife Refuge in Washington. The project involves treating approximately 130 acres of land dominated by non-native plants, specifically Scotch broom, gorse, and Ammophila beachgrass, as part of a broader habitat restoration initiative to support native species such as the streaked horned lark and snowy plover. Contractors will be responsible for providing the necessary equipment and labor for herbicide application, while the USFWS will supply the herbicides and oversee project coordination. Quotations are due by September 23, 2024, and interested parties must be registered as active vendors in the System for Award Management (SAM). For further inquiries, Oscar Orozco can be contacted via email at oscarorozco@fws.gov.
    Coaching and Facilitation Services for USFWS HQ VA
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking qualified contractors to provide coaching and facilitation services for its Information Resources and Technology Management (IRTM) Division, located in Falls Church, Virginia. The procurement aims to enhance leadership capabilities through personalized one-on-one coaching, group training sessions, and team-building exercises, with a focus on areas such as diversity, equity, inclusion, and effective communication. This initiative is critical for developing the skills necessary for strategic planning and operational effectiveness within the agency. Proposals are due by September 11, 2024, with the contract period commencing on October 1, 2024, and extending through September 30, 2028, including option periods. Interested parties can contact Todd Annes at toddannes@fws.gov or by phone at 413-253-8708 for further information.
    WA-HANFORD RCH NWR-MAPPING AT SADDLE
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking a contractor to develop a threat-based vegetation cover map for the Saddle Mountain Unit within the Hanford Reach National Monument in Washington. The project requires the contractor to provide all necessary personnel, equipment, and services to produce a high-resolution map with a 10-meter resolution, aimed at assisting in the management and restoration of vegetation affected by wildfires and invasive species. This initiative is part of the government's efforts to protect ecological integrity while engaging small businesses in environmental management, with key deliverables including a draft report due by August 1, 2025, and final deliverables by September 19, 2025. Interested parties can contact Oscar Orozco at oscarorozco@fws.gov for further information, as the contract is set aside for small businesses on a lowest-price technically acceptable basis.
    Notice of Intent to Sole Source Automated Dispensing Modules
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture (USDA), specifically the Animal and Plant Health Inspection Service (APHIS), intends to issue a noncompetitive contract for the procurement of two Automated Dispensing Modules (ADM) from Applied Design Corp, which are essential for Brown Tree Snake baiting operations in Guam. This procurement is critical for the continued aerial delivery of toxicants to control the invasive Brown Tree Snake population, with the USDA having utilized these proprietary devices for eight years. The estimated acquisition cost is capped at $350,000, and responses from other responsible sources are welcomed until 10:00 AM CST on September 20, 2024, although the government retains discretion over whether to conduct a competitive procurement. Interested parties may contact Amanda Barbosa at amanda.barbosa@usda.gov or by phone at 612-336-3433 for further information.