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.
    Commercialization and interagency coordination support services
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking support services for commercialization and interagency coordination under Requisition 145049-24-0023. The primary objective of this procurement is to provide comprehensive assessments and support related to NOAA's intellectual property portfolio, which encompasses approximately 60 active technologies, including technology viability assessments and commercialization roadmaps. This initiative is crucial for enhancing the application of NOAA technologies in collaboration with Department of Defense programs, guided by the DoD T2 national MILTECH Partnership Intermediary Agreement. The contract is set to close on September 19, 2024, with the intended award going to Montana State University's Office of Sponsored Programs, and interested parties may express their capabilities, although competition is not anticipated. For further inquiries, contact Darrin Moore at darrin.moore@noaa.gov.
    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.
    Notice of Intent to Increase Contract Ceiling for M67854-22-C-0025
    Active
    Dept Of Defense
    The Department of Defense, specifically the Marine Corps Systems Command (MARCORSYSCOM), intends to issue a sole-source modification to increase the contract ceiling for M67854-22-C-0025 with RADA Technologies, LLC, for life cycle management support of the AN/TPS-59(V)3 Radar System. This modification aims to enhance the maximum dollar value to accommodate ancillary operational tasks in response to emerging Tactical Ballistic Missile capabilities. The AN/TPS-59(V)3 Radar System is critical for military operations, providing essential radar capabilities for detection and guidance. Interested parties may submit a statement of capability by 4:00 PM local time on October 2, 2024, to the primary contact, Dominique Barr, at dominique.barr@usmc.mil, or the secondary contact, Stasia Baker, at stasia.baker@usmc.mil, as no solicitation for competitive bidding will be issued.
    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.
    SYNOPSIS - SOLE SOURCE – Government Furnished Equipment (GFE) MAINTENANCE, REPAIR, AND UPGRADE OF THE SIMPLIFIED DRIVER (SDR) AND CONTINUOUS WAVE ILLUMINATOR (CWI) MICROWAVE TUBES (MWTs)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking to procure maintenance, repair, and upgrade services for Government Furnished Equipment (GFE), specifically the Simplified Driver (SDR) and Continuous Wave Illuminator (CWI) Microwave Tubes (MWTs). The procurement is planned as a non-commercial Cost-Plus-Fixed-Fee (CPFF) Level of Effort (LOE) job order contract under Basic Order Agreement (BOA) N0016424RWP16, with one base year and four option years, utilizing US Navy funds. This contract is critical for ensuring the operational readiness and performance of essential military equipment, with an estimated maximum value of $500,000. Interested parties may submit capability statements for consideration, but the contract is intended to be sole sourced to Communications & Power Industries LLC, with a closing date for submissions set for October 2, 2024, at 4:00 PM EST. For further inquiries, contact Kori Koss at kori.l.koss.civ@us.navy.mil or Seth Taylor at seth.t.taylor.civ@us.navy.mil.
    PEDESTAL UPGRADE
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Research Laboratory, intends to award a sole source purchase order for the upgrade of a Viasat 5.4M pedestal to Telemetry and Communications Systems, Inc. located in Chatsworth, CA. This procurement falls under the NAICS code 334220, which pertains to Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing, and is critical for enhancing the capabilities of airborne radio navigation equipment. Interested parties are invited to express their interest and demonstrate their capability to fulfill this requirement within one calendar day of the notice publication, with all inquiries directed to Natalie Waugh at natalie.f.waugh.civ@us.navy.mil. The procurement will utilize Simplified Acquisition Procedures, with a threshold not exceeding $250,000, and responses must reference Notice of Intent number N00173-24-Q-0075.
    GeoNetwork Enterprise Support Services
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture (USDA), through its Agricultural Research Service (ARS), is seeking to award a sole source contract to GeoCat B.V. for Enterprise Product Support of its National Agricultural Library (NAL) GeoData applications utilizing the GeoNetwork platform. The primary objective of this procurement is to enhance maintenance, operational efficiency, and cybersecurity compliance for the GeoNetwork applications, which are critical for the USDA's research and information-sharing missions. The total estimated cost for the support over a three-year period is $189,000, and interested parties must submit their responses to the primary contact, Katelyn Nelson, at katelyn.nelson@usda.gov within five calendar days of this notice. The contract will include a base year and two one-year options, with strict adherence to federal accessibility standards and cybersecurity requirements.