HARDWARE, SOFTWARE, SUPPORT SERVICES, MAINTENANCE UPGRADES to an EXISTING System
ID: D-24-ST-0119Type: Special Notice
Overview

Buyer

JUSTICE, DEPARTMENT OFDRUG ENFORCEMENT ADMINISTRATION

NAICS

Other Communications Equipment Manufacturing (334290)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)
Timeline
    Description

    Special Notice: Department of Justice, Drug Enforcement Administration intends to negotiate a sole source procurement with JSI Telecom Inc. for hardware, software, support services, and maintenance upgrades to an existing system. The procurement is for the purpose of enhancing the capabilities of the system. Vendors who believe they can meet the government's requirements may submit a capability statement for consideration. The anticipated contract is a firm-fixed price, Indefinite Delivery Indefinite Quantity (IDIQ) contract with a 12-Month base and four 12-Month Option Periods. The acquisition will be conducted through the FAR Part 15 "Contract by Negotiation". The NAICS Code for this requirement is 334290. The closing date for submitting a capability statement is August 5, 2024, at 10:00 AM Eastern Standard Time (EST).

    Point(s) of Contact
    Kenny J. Douangmala
    kenny.j.douangmala@dea.gov
    London E Mitchell - Contract Specialist
    london.e.mitchell@dea.gov
    Files
    No associated files provided.
    Lifecycle
    Similar Opportunities
    Outrider Receiver System
    Active
    Justice, Department Of
    The Drug Enforcement Administration (DEA) intends to negotiate a sole source procurement for an Outrider Receiver (ISR) system from Xone Technology, which specializes in providing precise geolocation capabilities for RF emissions. This procurement is critical for the DEA's operations, as the proprietary technology offered by Xone Technology is uniquely suited to meet the agency's specific requirements. The acquisition will be conducted under the FAR Part 13 "Simplified Acquisition Procedures," with a firm fixed-priced purchase order anticipated. Interested vendors may submit capability statements by September 26, 2024, at 10:00 AM EST, to Lisa Taylor at Lisa.Taylor2@dea.gov, as this notice does not constitute a request for competitive quotations.
    Managed Attribution Anonymization System
    Active
    Justice, Department Of
    The Drug Enforcement Administration (DEA) is seeking to negotiate a sole source procurement with Ntrepid, LLC for a fully integrated anonymization and evidence collection tool that includes non/misattribution capabilities. This procurement aims to enhance the DEA's operational capabilities in managing sensitive information while ensuring anonymity and integrity in evidence collection processes. The acquisition will be conducted under FAR Part 13 "Simplified Acquisition Procedures," with a firm-fixed-price purchase order anticipated. Interested vendors are invited to submit capability statements by September 18, 2024, at 10:00 AM EST, to Robert A. Jones Jr. at robert.a.jonesjr@dea.gov.
    Renewal of Seat Maintenance (3,000 Seats) for Rocket Software's BlueZone Emulator Software
    Active
    Justice, Department Of
    Special Notice: Justice, Department of - Renewal of Seat Maintenance (3,000 Seats) for Rocket Software's BlueZone Emulator Software The Drug Enforcement Administration (DEA) intends to contract with Rocket Software, Inc. for the renewal of seat maintenance for its perpetual license of the BlueZone Emulator Software. This software is used by the DEA for various purposes. The contract period will be from September 17, 2016, to September 16, 2017. This procurement is based on a brand name and will be procured on a sole source basis. Rocket Software is the only source for this requirement due to their exclusive proprietary rights to the installed software. The DEA has determined that purchasing and implementing competing software would not be technically nor economically justified. The required Limited Sources Documentation is attached. The DEA is not soliciting alternative sources for this requirement. This notice is made in compliance with FAR 5.102(a)(6) and 5.201(b)(1). For more information, please contact Philip M. King at Philip.M.King@usdoj.gov or 202-307-9601.
    Notice of Intent to Award a Sole Source
    Active
    Energy, Department Of
    The Department of Energy's Idaho Operations Office intends to issue a sole source contract to General Dynamics Mission Systems, Inc. for the acquisition of ten National Security Agency (NSA) approved Certified Type 1 Communications Security (COMSEC) / Controlled Cryptographic Items (CCI) Encryption devices, specifically Sectéra vIPer Universal Secure Phones, along with a one-year warranty extension. This procurement is critical for enhancing secure communication capabilities within the Idaho National Laboratory, ensuring compliance with stringent NSA encryption standards necessary for classified network operations. The total funding for this acquisition amounts to $37,800, with delivery expected within 90 days. Interested parties may submit capability statements to Rebecca Hansen at hansenrb@id.doe.gov within three calendar days of this notice for consideration.
    Notice of Intent to Award a Sole Source
    Active
    Energy, Department Of
    The Department of Energy, Idaho Operations Office, intends to award a sole source contract to General Dynamics Mission Systems, Inc. for the procurement of seven TACLANE-FLEX Encryptors, which are National Security Agency (NSA) approved Type-1 Communications Security devices. This acquisition is critical for enhancing the Department's classified network infrastructure, ensuring compatibility with existing TACLANE-1F network encryptors, and adhering to stringent NSA regulations governing the distribution of such encryption equipment. The total estimated cost for this procurement is $157,150, and interested parties may submit capability statements within three calendar days of this notice to be considered by the Government. For further inquiries, contact Rebecca Hansen at 208-526-1720 or via email at hansenrb@id.doe.gov.
    DH01--Data Innovations Instrument Management Interfacing System Intent to Sole Source
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 4, intends to sole source a contract for the Data Innovations Instrument Manager software, which is critical for integrating laboratory analyzers with the VistA system at the Erie VA Medical Center. This procurement aims to secure additional license connections and ongoing maintenance and support for the software, ensuring compliance with VA standards and enhancing laboratory operations. The contract will be negotiated with Data Innovations, LLC, under FAR 13.106-1, and interested vendors must submit a one-page capability statement by September 17, 2024, to the Contract Specialist, Christa L. Stine, at christa.stine@va.gov. This opportunity emphasizes the importance of compliance, security, and the structured procurement process to improve services for veterans.
    Laptops
    Active
    Justice, Department Of
    The Department of Justice, specifically the Drug Enforcement Administration (DEA), is seeking quotations for the procurement of four Microsoft Surface Laptop Studio 2 units under solicitation number D-24-NI-0001. The laptops must meet specific technical requirements, including an Intel Core i7 processor, 32 GB of RAM, and a 1 TB SSD with Windows 11 Pro, reflecting the agency's need for reliable and efficient technology to support its operations. This procurement is critical for enhancing the DEA's technological capabilities while adhering to federal regulations and cybersecurity standards, particularly concerning risks associated with foreign entities. Interested vendors must submit their quotes by September 19, 2024, by 11:00 am EST, and direct any inquiries to Jose Marin at jose.l.marin@dea.gov.
    CCTV digital Conversion
    Active
    Justice, Department Of
    The Department of Justice, specifically the Drug Enforcement Administration (DEA), intends to award a sole-source contract for CCTV digital conversion services to Johnson Controls Security Solutions, LLC. This procurement aims to modernize the security infrastructure at the Homestead Resident Office by implementing an integrated security management system that includes access control, CCTV, and intrusion detection systems, along with necessary training and warranties. The contractor must ensure compliance with federal security standards and coordinate effectively with various stakeholders throughout the project. Interested parties may submit their capabilities by the specified deadline, and for further inquiries, they can contact Jose Marin at jose.l.marin@dea.gov.
    D--SPECIAL NOTICE OF INTENT TO AWARD TO A SOLE SOURCE
    Active
    Interior, Department Of The
    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 melissaniemi@fws.gov or by phone at 612-713-5216.
    Notice of Intent to Sole Source
    Active
    Dept Of Defense
    Notice of Intent to Sole Source DEPT OF DEFENSE DEPT OF THE ARMY The Department of Defense, specifically the Department of the Army, has issued a Notice of Intent to Sole Source for the procurement of Communications Security Equipment and Components. This service/item is typically used for ensuring secure communication within military operations. The procurement will be fulfilled by Carahsoft, located at 11493 Sunset Hills Road, Suite 100, Reston, VA 20190. The place of performance for this contract is Fort Eisenhower, GA, with a period of performance from April 24, 2024, through April 23, 2025. The government has determined that Carahsoft is the only responsible source for this requirement, and therefore, a competitive solicitation will not be issued. The procurement will be conducted under Simplified Acquisition Procedures in FAR part 13 and Commercial procedures in FAR part 12. Interested concerns must provide clear and convincing evidence that competition for this requirement would be advantageous to the government. If no affirmative written responses are received by 7:00 am on November 15, 2023, the contract will be awarded without further notice. Oral communications will not be accepted. Please note that this notice is not a request for competitive proposals. The government's decision not to compete this requirement is solely within its discretion.