7G--Special Notice of Intent to Sole Source Award
ID: DOIFFBO260015Type: Special Notice
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, IT GOODSFalls Church, VA, 22041, USA

NAICS

Other Communications Equipment Manufacturing (334290)

PSC

IT AND TELECOM - NETWORK: SATELLITE AND RF COMMUNICATIONS PRODUCTS (HW, PERPETUAL LICENSE SOFTWARE) (7G22)
Timeline
    Description

    The U.S. Fish and Wildlife Service (USFWS) intends to award a sole source contract to InnovaSea Systems, Inc. for the procurement of acoustic telemetry transmitters necessary for maintaining the telemetry network at the Ohio River Substation. This acquisition aims to expand the existing infrastructure and replace aging units currently used for tracking invasive carps, ensuring the continued effectiveness of the monitoring program. The decision to proceed with a sole source award is justified under FAR subpart 13.106-1(b)(1)(i) and (ii), as InnovaSea is the only source capable of providing compatible transmitters due to the established infrastructure and existing relationship. Interested parties may submit a statement of capabilities to the primary contact, Carter Duke, at carter_duke@fws.gov, although this notice does not constitute a solicitation for competitive quotes.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Fish and Wildlife Service's Ohio River Substation is requesting a single-source justification to purchase additional Vemco transmitters directly from InnovaSea. The substation currently uses InnovaSea Vemco transmitters for intensive telemetry tracking of invasive carps and needs to expand its current infrastructure and replace aging units. Market research was not conducted due to the existing infrastructure and the intent to continue using Vemco transmitters. The justification is made under FAR subpart 13.106-1(b)(1)(i) and (ii), allowing for single-source solicitations under the Simplified Acquisition Threshold when only one source is reasonably available. InnovaSea is deemed qualified due to its existing relationship and infrastructure. The program office and contracting officer recommend and approve the sole-source acquisition, with cost determined fair and reasonable based on an attached quote.
    Lifecycle
    Title
    Type
    Similar Opportunities
    10--WI ASHLAND - FWCO GILL NETS STURGEON
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) intends to award a sole source contract to M & S Inc. for the procurement of specialized multi-mesh gill nets used in assessing juvenile lake sturgeon in the Great Lakes region. The contract will involve the purchase and delivery of gill nets that meet specific technical specifications, which are crucial for maintaining standardized surveys conducted by various agencies around Lake Superior since 2011. These nets are essential for effective fishery management and conservation efforts in the area. Interested parties who believe they can fulfill these requirements are invited to submit a statement of capabilities via email to Dana Arnold at danaarnold@fws.gov, with no reimbursement for costs incurred in the submission process.
    12760423P0011 Intent to award Sole Source for Kaleidoscope Pro Justification
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, intends to award a sole source contract for the Kaleidoscope Pro software, which is essential for wildlife audio recordings. This Commercial off-The-Shelf (COTS) software is designed to assist biologists in conducting wildlife surveys for various species, including bats, birds, and amphibians, by enabling the sorting, auto-classification, and manual vetting of audio species detections. The software's unique features, such as acoustic clustering, noise analysis, and support for both standard and ultrasonic recording formats, play a critical role in long-term monitoring efforts and habitat restoration planning. Interested parties can reach out to Keith Bergstrom at keith.bergstrom@usda.gov for further information regarding this procurement opportunity.
    SOLE SOURCE – FDS TT&E UPGRADES
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure upgrades for the FDS TT&E system via a sole source contract. The objective of this procurement is to modify equipment related to aircraft components and accessories, ensuring enhanced operational capabilities. This upgrade is critical for maintaining the effectiveness and reliability of defense systems. Interested parties can reach out to Joshua Tester at joshua.e.tester.civ@us.navy.mil for further details regarding this opportunity.
    N0016422GWS60 – JOB ORDER 0003 - SOLE SOURCE – ANTENNA ELEMENTS
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking to procure high-band interferometer antenna elements under a sole source contract with Cobham Advanced Electronic Solutions (CAES). The procurement aims to fulfill a critical requirement for the production and delivery of these specialized antenna elements, which are essential for various defense applications. The anticipated contract, valued at approximately $1,500,000, is expected to be awarded in the second quarter of FY26, with delivery required about fourteen months post-award. Interested parties may submit capability statements or proposals to the designated contacts, Kristina Wagoner and Allyson Nicholson, via the provided email addresses, although the solicitation will not be posted publicly.
    NOTICE OF INTENT TO AWARD A SOLE SOURCE
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, intends to award a sole source contract to ICF Incorporated, LLC for Programmatic Environmental Impact Statement Services related to the revision of 36 CFR 228A. This procurement aims to leverage ICF's prior work on the regulation revision, which included the production of a draft PEIS, to efficiently complete the environmental compliance necessary for issuing the revised regulations. Given ICF's unique expertise and familiarity with the existing documents and administrative records, they are deemed the only reasonable source capable of meeting the expedited delivery requirements. Interested parties may express their interest and capability by March 23, 2023, at 3:00 PM (EST), and should direct inquiries to Joe Libbey at joe.libbey@usda.gov or Josh Choi at josh.choi@usda.gov.
    SOLE SOURCE –iHAWK RACKMOUNT SYSTEM
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure the iHAWK Rackmount System via a sole source contract. This procurement is justified under the notice type "Justification," indicating that the goods are essential and can only be sourced from a specific supplier. The iHAWK Rackmount System is categorized under IT and Telecom platform products, which are critical for database, mainframe, and middleware operations. For further inquiries, interested parties can contact Jaclyn Bailey at jaclyn.m.bailey5.civ@us.navy.mil for additional details regarding this opportunity.
    SOLE SOURCE –MAINTENANCE AGREEMENT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to establish a sole source maintenance agreement for instruments and laboratory equipment. This procurement is justified under the notice type "Justification" and pertains to the maintenance, repair, and rebuilding of critical equipment necessary for operational readiness. The selected contractor will be responsible for ensuring the functionality and reliability of these instruments, which are vital for various defense-related applications. For further inquiries, interested parties can contact Chris Jones at christopher.m.jones405.civ@us.navy.mil.
    SOLE SOURCE –Model 3152 and 3152A Repair Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's NSWC Crane, is seeking to procure sole source repair services for Model 3152 and 3152A equipment. This procurement is justified under the maintenance, repair, and rebuilding of instruments and laboratory equipment, indicating the critical nature of these services for operational readiness. The selected contractor will be responsible for ensuring the functionality and reliability of these models, which are essential for various defense applications. Interested parties can reach out to Chris Jones at christopher.m.jones405.civ@us.navy.mil for further details regarding this opportunity.
    NM-SOW NATIVE ARC-TISSUE PROCESSOR
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotations for an Automatic Tissue Processor specifically from Leica Biosystems/Leica Microsystems Inc. as part of a solicitation for the NM Southwestern Native Aquatic Resources and Recovery Center (ARC). This procurement is a Total Small Business Set-Aside and aims to acquire a brand-name tissue processor that meets specific technical requirements, including automated programmable cycles and vacuum infiltration, essential for histopathological evaluation of fish tissues related to endangered species research. Interested vendors must submit their quotes by January 14, 2025, at 1:00 PM Eastern Time, via email to danaarnold@fws.gov, with delivery expected by April 30, 2026, and the contract will be a firm-fixed-price order.
    NAWCAD WOLF-Intent to Sole Source Vehicle Mount Assembly
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division, intends to procure two Vehicle Mount Assemblies (NGMP/VMS, Single units) from L3Harris Technologies, Inc. under a sole-source solicitation (N0042126Q1054). This firm fixed-price procurement, authorized by FAR Part 12 and FAR Part 13, is essential for supporting military operations that require reliable communication equipment. Interested vendors who are authorized distributors of L3Harris Technologies must submit their proposals via email to Gabrielle McKee by January 13, 2026, at 4:00 PM EST, with delivery expected by December 30, 2026, to the Naval Air Warfare Center in St. Inigoes, MD. For further inquiries, vendors can contact Gabrielle McKee at gabrielle.l.mckee2.civ@us.navy.mil or Colleen G. Coombs at colleen.g.coombs.civ@us.navy.mil.