SmarTrack Airtime and Maintenance Service
ID: H9223925Q0004Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEUS SPECIAL OPERATIONS COMMAND (USSOCOM)HQ USASOC CONTRACTINGFORT LIBERTY, NC, 28310-5200, USA

NAICS

Other Computer Related Services (541519)

PSC

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

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The U.S. Department of Defense, specifically the U.S. Special Operations Command (USSOCOM), is seeking to procure SmarTrack Airtime and Maintenance Services for GPS tracking devices utilized by the 1st Special Warfare Training Group (1SWTG(A)). This procurement involves the provision of personnel, equipment, and services necessary for the maintenance and airtime of 765 SmarTrack devices, with a contract structured for a base year and three option years, commencing on March 27, 2025. The services are critical for ensuring operational readiness and effective tracking capabilities within military operations. Interested small businesses must submit their qualifications electronically by February 21, 2025, and are required to provide proof of service authorization from Williams Software Associates to qualify for consideration. For further inquiries, potential offerors can contact Brian Gilmore at brian.gilmore1@socom.mil or Chu Yon Ku at chu.y.ku.civ@socom.mil.

    Files
    Title
    Posted
    The document is a Request for Quotation (RFQ) H92239-25-Q-0004 for the provision of commercial GPS tracking device airtime and maintenance services for 725 SmarTrack devices owned by 1SWTG(A). The requirement includes the provision of all personnel, equipment, and materials necessary for effective service delivery, following the attached Performance Work Statement. The contract will have a 12-month base period starting March 27, 2025, with three additional one-year options. Offerors must submit their quotes electronically by February 21, 2025, including technical descriptions, pricing details for each Contract Line Item Number (CLIN), and other required documentation as outlined in the solicitation. The evaluation will be based on the "Lowest Price Technically Acceptable" approach, assessing technical acceptability and pricing. Offerors must provide valid proof of service authorization from Williams Software Associates to qualify. The RFQ also includes various clauses and provisions that potential contractors must acknowledge, ensuring compliance with multiple federal acquisition regulations. The document emphasizes the government's commitment to obtaining reliable services while ensuring fair competition among small businesses and compliance with federal standards.
    The document presents Amendment 0001 for Request for Quotation (RFQ) H92239-25-Q-0004, aimed at procuring SmarTrack airtime and maintenance services for 765 GPS tracking devices owned by the 1SWTG(A). The requirement includes providing necessary personnel, equipment, and supervision for continued airtime service and maintenance, with the contract period comprising a base year and three option years, starting on March 27, 2025. Offerors must submit their quotes electronically, adhering to specific submission guidelines, demonstrating technical understanding, and providing detailed pricing in accordance with the stated Contract Line Item Numbers (CLINs). The evaluation will follow a Lowest Price Technically Acceptable (LPTA) approach, focusing on technical acceptability and pricing. Technical acceptability requires proof of service authorization with Williams Software Associates, while price reasonableness will be assessed based on competitive submissions and market conditions. Amendments and updates will be posted on the System for Award Management (SAM) website, with the responsibility of review resting on the Offeror. The document emphasizes compliance with numerous federal regulations and certifications. In summary, this RFQ outlines the process for procurement of essential GPS services for military operations, underlining the importance of technical qualifications and competitive pricing in the selection process.
    The U.S. Army Special Operations Command at Fort Liberty, North Carolina, plans to negotiate a sole-source contract with Williams Software Associates Corporation for SmarTrack Airtime and Maintenance services, as only this supplier meets the required specifications. The contract, structured for a base year and three option years, covers the provision of personnel, equipment, and services necessary for GPS tracking device maintenance as outlined in a Performance Work Statement. Although the intent to negotiate is stated, funding for the contract is not currently available, and the government's commitment depends on future appropriations. Interested parties may submit their qualifications by February 21, 2025, for consideration in future acquisitions. The applicable NAICS code is 541519, and electronic submissions are required. The contact point for this requirement is provided for further inquiries. This document underscores the Government's process for sole-source contracts within the federal procurement framework, highlighting the limited competition for specialized services.
    The document outlines a Performance Work Statement (PWS) for a non-personal services contract involving the SmarTracks GPS Tracking System Service and Maintenance at Camp Mackall, NC. The contractor is responsible for providing maintenance and airtime for 765 tracking devices, ensuring real-time location support with emergency communication capabilities during training operations for special forces. The work includes maintaining a secure, web-based interface, ensuring devices function without interference, and providing 24-hour technical support. Objectives also include quality assurance via regular performance evaluations and the implementation of a Quality Control Plan by the contractor, ensuring high-quality service delivery. The contract mandates thorough background checks for personnel, adherence to national security regulations, and compliance with various training programs, including anti-terrorism and operations security. This comprehensive document serves as a critical framework for enhancing troop safety during field training and defining accountability mechanisms for contractor performance within a government context.
    The United States Army Special Operations Command (USASOC) is seeking to conduct market research to identify small business sources capable of providing airtime service and maintenance for SmarTrack devices used in specific military training courses. This announcement, labeled as a "Sources Sought Notice," is not a Request for Proposals but aims to gather interest and capability information before the actual solicitation is issued. The requirement includes servicing 765 SmarTrack devices owned by the 1SWTG(A), which provide location tracking, emergency notifications, and voice communication. The anticipated contract duration is one base year with three optional years, potentially set aside for small businesses. Interested businesses must submit their company details, socio-economic status, security clearance, and a capability statement by January 3, 2024. The relevant NAICS code is 541519, with a size standard of $34 million. Responses should be sent via email to the specified contacts. This notice emphasizes a voluntary nature for submission and does not promise any reimbursements or feedback on the capability statements provided.
    The United States Army Special Operations Command (USASOC) is conducting market research through a Sources Sought Announcement to identify small businesses capable of providing airtime service and maintenance for 765 SmarTrack devices. These devices are utilized for location tracking, emergency notifications, and voice communication for personnel in various training courses. This announcement serves as a preliminary step before formal solicitation and does not constitute a Request for Proposals. The government aims to determine interest from small businesses and potentially set aside the contract for them. Interested companies are required to submit a statement of capability that includes essential company information and relevant past performance. The project anticipates a one-year base period with three additional option years, and responses are due by January 3, 2025. The announcement specifies that no reimbursements will be given for responses, and interested parties should contact designated officials for submissions and inquiries. This document exemplifies standard government practices in gathering information for vendor selection in accordance with federal contracting procedures.
    Lifecycle
    Similar Opportunities
    Suite of Integrated Radio Frequency Countermeasures (SIRFC) system
    Buyer not available
    The United States Special Operations Command (USSOCOM) is seeking to award a non-competitive sole source follow-on contract for the continued life-cycle support of the AN/ALQ-211 Suite of Integrated Radio Frequency Countermeasures (SIRFC) system. This procurement will encompass Program Management, Engineering Support, Contractor Logistics Support, Material Procurement, Field Service Representatives, and Administration Support, primarily aimed at sustaining the AN/ALQ-211 system. The intended award will be a hybrid Firm Fixed Price, Cost-Reimbursable, and Cost-Plus Fixed Fee, Indefinite Delivery Indefinite Quantity (IDIQ) Contract, with a five-year ordering period and a six-month extension option. Interested parties must submit their statements of interest and supporting documentation to Mrs. Stephanie Dillon at stephanie.f.dillon.civ@socom.mil by 10:00 am Eastern Time on December 27, 2024, to be considered for this opportunity.
    AV2011 SATCOM Antennas
    Buyer not available
    The U.S. Special Operations Command (USSOCOM) is soliciting quotations for the procurement of AV2011 SATCOM antennas, specifically targeting small businesses under Solicitation Number H92276-25-Q-0005. The requirement includes six antennas that must meet specific technical specifications, including a frequency range of 240-318 MHz and a gain of +9.6 dBi at 244 MHz and +15 dBi at 318 MHz, to support operations at Camp Lemonnier in Djibouti. This procurement is crucial for enhancing communication capabilities in military operations, and vendors must ensure compliance with federal acquisition regulations and be registered in the System for Award Management (SAM). Interested parties should submit questions by February 21, 2025, and quotes by February 28, 2025, with evaluations based on technical acceptability and price using a lowest-priced technically acceptable (LPTA) approach. For further inquiries, contact Bryton Lawson at bryton.h.lawson.mil@socom.mil.
    25-SIMACQ-E30-0013 SMART Lic. GATOR SPS
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center at Port Hueneme, is seeking potential contractors for SMART Program Licenses related to the G/ATOR, SPS-75, and SPS-77 systems. This Sources Sought Notice aims to identify qualified vendors capable of providing several 12-month licenses, with the intent to assess procurement methods that may include small business set-asides or full and open competition. The licenses are critical for the operational capabilities of the Navy's advanced radar systems, ensuring effective performance in various defense applications. Interested parties must submit their company details, capabilities, and rough cost estimates by 3 PM Pacific Time on March 4, 2025, to the designated contacts, Jorge Ortiz and Brian Carpenter, with no guarantee of funding or contractual obligations at this stage.
    Commercial Solutions Opening (CSO) PEO-SDA
    Buyer not available
    The U.S. Special Operations Command (USSOCOM) is seeking innovative solutions through its Commercial Solutions Opening (CSO) for the Program Executive Office SOF Digital Applications (PEO SDA). The objective is to accelerate the integration of commercially derived software innovations into deployable capabilities that enhance the effectiveness of Special Operations Forces (SOF). This initiative is crucial for developing software-intensive programs and technologies that can improve operational efficiency and lethality. Interested vendors are encouraged to submit Solution Briefs for evaluation, with the potential for awards to be made throughout 2024 and 2025. For inquiries, contact Christie Orlando at christie.r.orlando.civ@socom.mil or Kyle Zinnel at kyle.a.zinnel.civ@socom.mil.
    JSSMO Contractor Support Follow-On
    Buyer not available
    The Department of Defense, specifically the Air Force Life Cycle Management Center (AFLCMC), is seeking contractor support for the Joint Service System Management Office (JSSMO) through a follow-on contract aimed at enhancing Global Positioning System (GPS) User Equipment System Support from January 23, 2026, to January 22, 2031. The procurement focuses on providing senior program management and acquisition support services, including project management, sustainment engineering, and integration support for Position, Navigation, and Timing (PNT) technologies, with an emphasis on cybersecurity and logistics support analysis. This initiative is critical for ensuring reliable navigation capabilities for DoD platforms amidst evolving threats, and interested contractors are encouraged to submit their capabilities statements detailing relevant experience and qualifications. For further inquiries, potential respondents can contact Abby Jennings at abby.jennings.3@us.af.mil or Landon Norris at landon.norris@us.af.mil, with the contract type expected to be Firm Fixed Price, Time and Materials, or Cost-Reimbursable No-Fee, and a potential duration of one base year plus four options.
    GPS Base Station
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking information from small businesses regarding a potential procurement of a GPS Base Station, identified by RFQ number FA481425TF021. This procurement aims to acquire a GPS Base Station utilizing Real-Time Kinematic (RTK) technology, which is crucial for high-precision applications such as land surveying and emergency management, and includes essential components like a Transmitter/Receiver Unit and a UHF Radio. Interested vendors are required to submit a capabilities package detailing their company size, small business status, past experience, and any collaborations, with submissions due by February 24, 2025, at 9:00 AM EST. For further inquiries, interested parties can contact Ivan Oceguera at ivan.oceguera@us.af.mil or Melissa Biggar at melissa.biggar@us.af.mil.
    Warrior Care Global Support Draft RFP
    Buyer not available
    The U.S. Special Operations Command (USSOCOM) is seeking proposals for the Warrior Care Global Support (WCGS) program, aimed at providing non-clinical case management and advocacy services for wounded, ill, or injured Special Operations Forces personnel. The procurement focuses on delivering comprehensive support in areas such as Recovery Care Coordination, Military Adaptive Sports, Career Transition, and Benevolence for service members and their families. This initiative is critical for enhancing the recovery and reintegration of affected service members, ensuring they receive the necessary resources and support throughout their transition. Interested contractors must submit their proposals electronically, adhering to specified formats and deadlines, with evaluations based on technical proposals, past performance, and pricing. For further inquiries, potential bidders can contact Allyson Schopper at allyson.n.schopper.civ@socom.mil or Sherri Ashby at sherri.ashby@socom.mil.
    Cisco Desk Pro VTC
    Buyer not available
    The U.S. Special Operations Command (USSOCOM) is seeking proposals from small businesses for the procurement of two units of the Cisco Desk Pro Video Teleconferencing (VTC) system, model CS-DESKPRO-NR-K9++. This procurement is critical for enhancing communication capabilities at Camp Lemonnier in Djibouti, reflecting the government's commitment to utilizing advanced technology for operational efficiency. Interested vendors must submit their quotes by March 3, 2025, ensuring compliance with the specified technical requirements and federal regulations. For inquiries, vendors should contact TSgt Bryton Lawson at bryton.h.lawson.mil@socom.mil.
    Life Cycle Sustainment Database supporting Armory Management
    Buyer not available
    The Department of Defense, specifically the U.S. Special Operations Command (USSOCOM) through the Naval Special Warfare Command (NSW), is seeking industry feedback for the development of a low-cost life cycle sustainment database to support armory management. This database aims to improve the management of combat systems at NSW armories by enhancing accountability and maintenance of serialized weapons and accessories, featuring open architecture for data exchange and compliance with Fiscal Improvement and Audit Readiness (FIAR) standards. The system will perform essential asset management tasks, including inventory tracking, maintenance recording, and report generation, while adhering to federal security protocols to protect sensitive data. Interested vendors are encouraged to submit their capabilities and solutions by the specified deadline, with responses directed to Jackson Gabriel at jackson.t.gabriel.civ@socom.mil or Meredith Howes at meredith.howes.2@socom.mil.
    PWSA Tranche 3 Tracking Layer (T3TRK) DRAFT Solicitation
    Buyer not available
    The Department of Defense, through the Space Development Agency (SDA), is soliciting proposals for the Proliferated Warfighter Space Architecture (PWSA) Tranche 3 Tracking Layer (T3TRK) under a draft solicitation. This initiative aims to enhance missile threat detection and tracking capabilities by prototyping a satellite constellation that includes at least 54 space vehicles equipped with infrared sensors, facilitating improved operational efficiency and data delivery to weapon systems. The contract, structured as a Firm Fixed Price Other Transaction Agreement, is critical for advancing national defense capabilities and ensuring the timely deployment of advanced tracking technologies. Interested vendors should note that the draft solicitation was released on January 31, 2025, with proposal submissions due by May 21, 2025, and contract awards anticipated by October 1, 2025. For further inquiries, potential bidders can contact the primary representative at ussf.pentagon.sda.mbx.sn-25-0013@mail.mil.