FY25-29 A34 NY_NJ RFTF DataVerge
ID: 15M10224QA4700327Type: Special Notice
Overview

Buyer

JUSTICE, DEPARTMENT OFUS MARSHALS SERVICEDEPT OF JUSTICE US MARSHAL SERVICEDAYTON, OH, 45402, USA

NAICS

All Other Business Support Services (561499)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)

Set Aside

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

    The Department of Justice, specifically the U.S. Marshals Service, intends to award a sole source firm fixed price contract for internet services to support the Investigative Operations Division. This procurement aims to secure essential internet connectivity for operational effectiveness, with a total estimated value of $54,000 over a base period and four optional 12-month extensions. The decision to pursue a sole source contract is based on the government's discretion, and interested parties are advised that this notice does not constitute a request for quotes or proposals. For inquiries, contact Contracting Officer Renee Leaman at renee.leaman@usdoj.gov, ensuring to reference the solicitation number 15M10224QA4700327 in the subject line.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    FY24-28 D01 BTOOLKIT(ITD) Huntsville & Tuscaloosa Comcast
    Active
    Justice, Department Of
    The Department of Justice, specifically the U.S. Marshals Service, intends to award a sole source firm fixed price contract for internet services in the Northern District of Alabama, covering the cities of Huntsville and Tuscaloosa. The contract will include a base period and four optional 12-month extensions, with a total estimated value of $14,251.30. This procurement is critical for ensuring reliable internet connectivity for law enforcement operations in the region. Interested parties may direct questions to Contracting Officer Renee Leaman at renee.leaman@usdoj.gov, with the notice not being a request for quotes or proposals.
    Notice of Intent to Sole Source - Port Lookup Services
    Active
    Homeland Security, Department Of
    The U.S. Department of Homeland Security, specifically the U.S. Immigration and Customs Enforcement (ICE), intends to solicit Enhanced Law Enforcement Platform Port Lookup services from a single source, ICONECTIV, LLC. This procurement is being conducted under the authority of FAR 13.501(a) and is deemed necessary due to the unique capabilities of the selected vendor. The services are critical for supporting law enforcement operations and ensuring efficient data processing and web hosting related to immigration and customs enforcement activities. Interested parties can direct any inquiries to the Contracting Officer, Wesley Ransom, at wesley.ransom@ice.dhs.gov, as this notice serves informational purposes only and is not a request for quotation.
    Intent to Sole Source--Westlaw
    Active
    Energy, Department Of
    The U.S. Department of Energy (DOE) intends to exercise a sole source extension of a purchase order to Westlaw for online legal research services, ensuring continuity of critical legal support during a competitive procurement process. This extension is necessary to prevent disruption in access to essential legal resources, which are vital for ongoing litigation and legal matters within the DOE. The performance period for this award is set from October 1, 2024, through March 31, 2025, including a three-month base period and an option for an additional three months. Interested parties who believe they can fulfill these requirements are invited to submit a capability statement to Kelley Vandecoevering at kelley.vandecoevering@hq.doe.gov within 15 days of this notice.
    Notice of Intent D-24-NO-0086
    Active
    Justice, Department Of
    The Department of Justice, specifically the Drug Enforcement Administration (DEA), intends to award a sole source firm fixed price purchase order to Callyo for the renewal of proprietary licenses essential for the operation of specialized technology used by undercover agents. This technology is critical for safely recording transactions and ensuring personnel safety, and it meets stringent federal safety and storage requirements without necessitating software on cellular devices. The estimated cost for this procurement is $42,000, covering a performance period from October 1, 2024, to September 30, 2025. Interested vendors may submit capability statements by September 17, 2024, at 10:00 AM Eastern Time, to Teresa Roshau-Delgado at teresa.a.roshaudelgado@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.
    FY24 IOD-OMSU Medical Equipment
    Active
    Justice, Department Of
    The Department of Justice, specifically the U.S. Marshals Service (USMS), is soliciting quotes for medical equipment under the RFQ number 15M10224QA4700344, with a focus on small businesses. The procurement includes various medical supplies such as IO700-EN Sam IO drivers, needles, stabilizers, and adapters, with a performance period extending from September 30, 2024, to September 29, 2025. This initiative underscores the federal government's commitment to engaging small businesses while ensuring compliance with regulations and providing essential medical supplies to government agencies. Interested vendors must submit their quotes by September 18, 2024, and can reach out to Jennifer Brite at jennifer.brite@usdoj.gov or Kate Oravitz-Weeks at Kathryn.Oravitz-Weeks@usdoj.gov for further inquiries.
    FY24 IOD-OMSU Quick Draw Medical Pack System
    Active
    Justice, Department Of
    The Department of Justice, specifically the U.S. Marshals Service (USMS), is soliciting proposals for the procurement of a Quick Draw Medical Pack System and associated accessories, aimed exclusively at small businesses. This solicitation, numbered 15M10224QA4700343, requires compliance with Federal Acquisition Regulation (FAR) clauses and emphasizes the importance of submitting detailed proposals, including product photos and brochures, by the deadline of September 17, 2024. The procurement is critical for enhancing emergency management capabilities, ensuring that the USMS can effectively meet operational needs while promoting equitable participation in government contracting. Interested vendors should direct inquiries to Jennifer Brite at jennifer.brite@usdoj.gov or Kate Oravitz-Weeks at Kathryn.Oravitz-Weeks@usdoj.gov for further information.
    FMS Navigational Database
    Active
    Justice, Department Of
    The U.S. Marshals Service (USMS) is seeking to negotiate and award a contract for a worldwide subscription to electronic navigational database services, specifically to support the functionality of aircraft flight management computers (FMC). This procurement aims to provide current and accurate navigational flight data in electronic format, which is essential for pre-flight planning and airborne operations. The contract period is set from October 1, 2024, to September 30, 2025, with Boeing Digital Solutions, Inc. identified as the intended sole source provider. Interested parties may submit information in response to this notice by emailing Victor J. Stamps at victor.j.stamps@usdoj.gov by 12:00 pm CST on September 24, 2024; however, no unsolicited proposals will be considered.
    Notice of Intent to Award Sole Source
    Active
    Justice, Department Of
    Notice of Intent to Award Sole Source The Department of Justice, specifically the Federal Prison System/Bureau of Prisons, intends to issue a Firm-Fixed Price (FFP) single source award for Joint Accreditation. This accreditation will allow the BOP Health Service Division to offer Continuing Professional Medical Education (CPME) credits/contact hours to medically licensed providers in the BOP. The sole source procurement will be awarded to the Accreditation Council for Pharmacy Education located at 190 S LaSalle Street, Chicago, IL 60603-3446. The procurement is classified under NAICS code 561990 with a size standard of $16.5 Million. The deadline for responses to this notice is December 28, 2023, by 5:00 p.m. EST. Interested sources must submit detailed information demonstrating their ability to meet the Bureau of Prisons' needs.
    70--Westlaw on-line subscription
    Active
    Dept Of Defense
    Special Notice: DEPT OF DEFENSE - DEPT OF THE NAVY The Naval Supply Systems Command, Fleet Logistics Center Jacksonville, intends to issue a sole source award to West Publishing Corporation for the procurement of a Westlaw On-line subscription for Fleet Readiness Center Southeast (FRCSE). Westlaw is a research tool that provides access to laws, statutes, regulations, court decisions, and agency decisions that impact the mission of FRCSE. The intended use of the subscription is for research in various practice areas including civilian personnel law, labor and employment law, fiscal/acquisition law, and ethics. The Westlaw software will be delivered to FRCSE five days after contract award. This procurement is for the annual subscription renewal period of July 1, 2019, through June 30, 2020, with four one-year option periods. The NAICS code for this work is 519130 Internet Publishing and Broadcasting and Web Search Portals, with a size standard of 1000 employees. This notice of intent is for information purposes only, and the Government intends to make a sole source award to West Publishing Corporation. Responses must provide clear and convincing evidence of the company's ability to satisfy the requirement.