Notice of Intent to Sole Source: Maximum Value (Ceiling) Increase of Contract 1332KP-23-D-NAAA0003, Geostationary Ground Sustainment Services (GGSS)
ID: GEO-GS-JOFOC-2024Type: Special Notice
Overview

Buyer

COMMERCE, DEPARTMENT OFNATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATIONDEPT OF COMMERCE NOAASILVER SPRING, MD, 20910, USA

NAICS

Custom Computer Programming Services (541511)
Timeline
    Description

    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), intends to award a sole-source contract modification to increase the maximum value of the existing Indefinite Delivery, Indefinite Quantity (IDIQ) contract 1332KP-23-D-NAAA0003 for Geostationary Ground Sustainment Services (GGSS). This modification will raise the contract ceiling from $275,169,157 by an additional $270,727,196, resulting in a new maximum value of $545,896,353, as the incumbent contractor, L3Harris Technologies, Inc., is uniquely qualified to provide the specialized sustainment services required for the complex and interdependent components of the GEO Ground System. The sustainment of this system is critical for ensuring the reliability and safety of satellite operations, which involve extensive custom software and hardware configurations. Interested parties may express their interest and technical capabilities to the primary contact, Gerald Robertson, at gerald.robertson@noaa.gov, or the secondary contact, Tamalia Adams, at tamalia.adams@noaa.gov, by the specified deadline, although the government will not be responsible for any costs incurred in responding to this notice.

    Files
    No associated files provided.
    Similar Opportunities
    Evaluation, repair and upgrade of 4 each LIMITER, TR, BEVERLY MICROWAVE PN: BS-2000-320-0000, ASN: R400-2A5A1.
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking to evaluate, repair, and upgrade four LIMITER, TR, BEVERLY MICROWAVE units, part number BS-2000-320-0000, from the original equipment manufacturer, Communications & Power Industries LLC, located in Beverly, Massachusetts. This procurement is justified as a sole source due to the unique capabilities of the manufacturer, which is the only authorized source for repairs of these specific devices. The TR Limiter is a commercially available item critical for NOAA's operations, and the government does not possess the data rights necessary for alternative repairs. Interested parties can reach out to Adrian Hall at adrian.hall@noaa.gov or by phone at 816-926-3357 for further information.
    Global Positioning System Contract Segment Sustainment II (GCS II)
    Active
    Dept Of Defense
    The Department of Defense, through the United States Space Force (USSF), is seeking to extend the Global Positioning System Contract Segment Sustainment II (GCS II) with Lockheed Martin Services LLC (LMS) for sustainment support of the GPS Control Segment until December 31, 2028. This extension aims to facilitate the transition to a competitive contract for the Next Generation Operational Control System (OCX) while addressing critical operational and cybersecurity needs associated with the launch of GPS III satellites. The contract encompasses a range of services, including hardware and software maintenance, cybersecurity, system administration, and training, ensuring minimal disruption to ongoing operations. Interested parties must submit a Statement of Capability within 15 calendar days to the primary contact, Matthew J Buchanan, at matthew.buchanan@spaceforce.mil, or the secondary contact, Chris Cook, at christopher.cook.62@spaceforce.mil, as this notice does not constitute a formal Request for Proposal (RFP).
    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.
    INTENT TO AWARD TO A SINGLE SOURCE - Kelley Create
    Active
    Commerce, Department Of
    The National Oceanic and Atmospheric Administration (NOAA) intends to award a sole source contract to Kelley Connect (DBA Kelley Create) for the replacement and maintenance of copier machines at its offices in Juneau and Anchorage, Alaska. The procurement involves replacing seven outdated Xerox copiers and establishing a service maintenance agreement for all Xerox machines, ensuring operational efficiency and familiarity across the agency's offices. This contract is critical as it addresses the agency's need for reliable local support, with projected costs of $50,000-$60,000 for the first year and $10,000 for each subsequent option year. Interested parties may submit documentation to Heather Mahle at heather.mahle@noaa.gov within 15 days of this notice, although no competitive proposals will be solicited.
    DRAFT DHS/CBP Commercial Solutions Opening - General Solicitation - NII Anomaly Detection Algorithm (ADA) - CSOP-BP-GS-23-0001
    Active
    Homeland Security, Department Of
    Sources Sought COMMERCE, DEPARTMENT OF NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION (NOAA) is conducting market research for the Mesonet Program. The program aims to fill gaps in the Nation's meteorological, hydrologic, and related environmental observing capabilities by obtaining meteorological observation data from existing surface-based observing networks called "mesonets". These observations will significantly improve the prediction of high-impact, local-scale weather events. The Government plans to award a single award, Indefinite Delivery Indefinite Quantity (IDIQ) contract with Firm Fixed Price provisions based on a best value basis. The contract will have a period of performance of five years. Interested parties are requested to describe their technical capabilities and demonstrated tools, processes, and service capabilities. The anticipated NAICS code for this procurement is 518210 - Data Processing, Hosting, and Related Services, with a corresponding size standard of $35 Million. The response should be submitted in electronic Adobe Acrobat Portable Document File (PDF) format, limited to no more than five (5) pages. The deadline for submission is 5:00 PM Eastern Time on November 18, 2022. The primary point of contact is Nicole Frie, Contracting Specialist at Nicole.Frie@noaa.gov. The contracting office address is Norfolk Federal Building 200 Granby Street Norfolk, Virginia, and the place of contract performance is TBD Silver Spring, Maryland.
    Justification For Other Than Full and Open Competition USCG Nationwide ENV ENG Services Multiple Award IDIQ $50M Additional Capacity
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard (USCG), is seeking to modify existing Indefinite Delivery Indefinite Quantity (IDIQ) contracts for Nationwide Environmental Engineering Services, increasing the aggregate ceiling from $75 million to $125 million. This modification aims to address urgent demands related to environmental compliance, restoration, and sustainability, as the current capacity is projected to be exhausted by late FY24. The additional capacity of $50 million will ensure the continuity of high-quality services while a replacement contract is procured in FY25, maintaining efficiency in task orders without altering the contract period, which extends through December 2028. Interested parties can contact Gabriel D. Perez at gabriel.d.perez@uscg.mil for further information.
    INTENT TO AWARD TO A SINGLE SOURCE - Daikin Applied Americas Inc
    Active
    Commerce, Department Of
    The National Oceanic and Atmospheric Administration (NOAA) intends to award a sole source contract to Daikin Applied Americas Inc for the overhaul and maintenance of a McQuay chiller located at the NOAA Main Laboratory in Pascagoula, Mississippi. The contractor will be responsible for providing all necessary parts, labor, and warranty to ensure the chiller operates reliably and efficiently throughout the year, with the overhaul scheduled to occur during the winter months of December 2024 through February 2025. This specialized service is critical as it involves proprietary technology and components unique to the McQuay brand, requiring factory-trained technicians for the complex overhaul process. Interested parties may submit documentation to Heather Mahle at heather.mahle@noaa.gov within 15 days of this notice if they believe they can meet the requirements, although no solicitation package is available.
    FY 25 INTERMEDIATE DRYDOCKING AND REPAIRS TO NOAA SHIP GORDON GUNTER
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified small businesses to provide intermediate drydocking and repairs for the NOAA Ship Gordon Gunter for fiscal year 2025. The procurement involves comprehensive maintenance services, including inspections and repairs to ensure the vessel's operational readiness for NOAA's research missions, with a focus on adhering to safety and quality standards. This contract is critical for maintaining the functionality of NOAA's fleet, which supports vital environmental and oceanographic research. Interested vendors must submit their quotes electronically by September 16, 2024, and can request specification documents by contacting Michelle Blake at michelle.blake@noaa.gov or Andrew J. Northcutt at Andrew.Northcutt@noaa.gov.
    IVER AUTONOMOUS UNDERWATER VEHICLE MATERIALS AND MAINTENANCE SERVICE
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center San Diego, intends to award a sole source contract for IVER Autonomous Underwater Vehicle (AUV) materials and maintenance services to L3Harris. The objective of this procurement is to sustain a fully operational inventory of IVER AUVs, which are critical for conducting surveys that support intelligence preparation and provide tailored meteorology and oceanography forecasts for operational mission planning. The anticipated award date for this contract is on or before September 5, 2024, and interested parties must submit their capability statements by 8:00 AM Pacific Standard Time on that date to Charles E. Bruce at charles.e.bruce2.civ@us.navy.mil, as no competitive proposals will be accepted.
    58--ANTENNA DRIVE ELECT, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking a sole source procurement for the repair and modification of an Antenna Drive Electric, identified by NSN 7R-5841-016481325-RQ. The requirement includes a quantity of one unit, with delivery terms set to FOB Origin, and is anticipated to be awarded to Northrop Grumman, as the agency expects to receive a single acceptable offer from this source. This procurement is critical for maintaining operational capabilities in airborne radar equipment, and interested parties capable of fulfilling the requirement are encouraged to express their interest to the primary contact, Shannon M. Gonglik, via email at SHANNON.GONGLIK@NAVY.MIL, within 45 days of this notice. The government will consider all proposals received within this timeframe, although it retains discretion over whether to conduct a competitive procurement.