Intent to Sole Source CT-40 Purchase to CSECO
ID: W911YP24R114GType: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7N3 USPFO ACTIVITY UT ARNGDRAPER, UT, 84020-2000, USA

NAICS

Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing (334511)

PSC

MISCELLANEOUS ITEMS (9999)

Set Aside

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

    The Department of Defense, specifically the Utah Army National Guard, intends to award a sole source contract for the purchase of two CT-40 Contraband Team Inspection Kits from CSECO. This procurement is essential for enhancing contraband detection capabilities, as the kits include specialized tools such as the K910G Density Meter and V20 Videoscope, which are critical for safely executing search warrants and identifying hazardous materials. The CSECO kits are recognized for their effectiveness and are endorsed by law enforcement agencies, underscoring their importance in counterdrug efforts. Interested parties must submit their interest and capability to the contracting officer, Otha Henderson, by September 9, 2024, at 0700 AM (Mountain Time), to be considered for this procurement.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a brand name justification and approval for the Utah Army National Guard’s purchase of two CSECO Contraband Team (CT-40) Inspection Kits. The acquisition, authorized under FAR 6.302-1(a), highlights the importance of the kit's components, including the K910G Density Meter and V20 Videoscope, specifically designed for contraband detection. These tools enhance search warrant execution while minimizing risks associated with handling potentially hazardous materials. The CSECO kit is endorsed by various law enforcement agencies for its efficacy in identifying contraband, exemplified by a recent successful use in a narcotics seizure. The justification includes a market analysis confirming that no comparable alternatives exist, particularly emphasizing the unique safety certifications of the CSECO products. Following due diligence, the document asserts CSECO as the sole source for this kit due to its proprietary technologies and safety credentials. Price assessments ensure a fair and reasonable cost, supported by competitive quotes. This procurement illustrates the government's commitment to equipping law enforcement with effective tools to address evolving contraband challenges while upholding safety standards across agencies involved in counterdrug efforts.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    Bruker M4 Tornado Plus 26S Service Maintenance
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Life Cycle Management Center, intends to award a contract for service maintenance of the Bruker M4 Tornado Plus 26S Super Light Element Micro X-Ray Fluorescence (XRF) System. The procurement involves a firm-fixed-price purchase order for recurring maintenance services, including a base contract with two optional years, valued at approximately $85,155. This specialized system is critical for both commercial and government applications, and the justification for a sole source procurement is based on Bruker being the only authorized provider of necessary services and parts in the U.S. Interested firms must express their capabilities to the Contract Specialist, Cuong Chau, at cuong.chau.1@us.af.mil, or the Contracting Officer, Rebecca Natal, at rebecca.natal.1@us.af.mil, within five days of this notice, with the award expected by September 30, 2024.
    Notice of Intent to Sole Source - Covidence Oculus 5 Equipment
    Active
    State, Department Of
    The Department of State (DOS) intends to award a sole source contract for Covidence Oculus 5 equipment to GANS & PUGH ASSOCIATES INC, as part of its efforts to enhance technical surveillance capabilities within the Bureau of Diplomatic Security. This procurement aims to acquire specialized equipment integral to the Computer Investigations and Forensics Division, which supports criminal investigations through advanced technical surveillance tools. The detailed inventory includes various components such as cameras, lenses, concealment jigs, and operational software, all tailored for effective surveillance operations. Interested parties may submit written responses to Sara Marron at MarronSM2@state.gov by September 17, 2024, at 1:00 PM ET, to demonstrate their capability to meet the requirements outlined in this notice.
    66--DETECTOR KIT,CHEMIC
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of a Detector Kit, Chemical (NSN 6665014239383). The requirement includes a quantity of 8 units, with delivery expected within 62 days after order placement, and the potential for an Indefinite Delivery Contract (IDC) lasting one year or until the total orders reach $250,000. These detector kits are critical for various military applications, ensuring effective detection and response to chemical threats. Interested vendors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their quotes electronically, as hard copies will not be provided, and can direct inquiries to DibbsBSM@dla.mil.
    RFeye Spectrum Maintenance Hardware and Software License Renewal and Support
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Dugway Proving Ground, is seeking quotes for the renewal and support of RFeye Spectrum Maintenance hardware and software licenses. This procurement aims to ensure the continued operation of the CRFS Monitoring System, which is critical for the West Desert Test Center's Data Sciences Division, by providing necessary maintenance, repair, and training services. The contract emphasizes the importance of maintaining compatibility with existing systems, as alternative equipment would lead to significant costs and delays. Interested vendors must submit their quotes by September 20, 2024, and can contact Nneka Okeke-Stubbs at nneka.okeke-stubbs.civ@army.mil or Paul E. Frailey at paul.e.frailey.civ@army.mil for further information.
    Outrider Receiver System
    Active
    Justice, Department Of
    The Drug Enforcement Administration (DEA) intends to negotiate a sole source procurement for an Outrider Receiver (ISR) system from Xone Technology, which specializes in providing precise geolocation capabilities for RF emissions. This procurement is critical for the DEA's operations, as the proprietary technology offered by Xone Technology is uniquely suited to meet the agency's specific requirements. The acquisition will be conducted under the FAR Part 13 "Simplified Acquisition Procedures," with a firm fixed-priced purchase order anticipated. Interested vendors may submit capability statements by September 26, 2024, at 10:00 AM EST, to Lisa Taylor at Lisa.Taylor2@dea.gov, as this notice does not constitute a request for competitive quotations.
    Notice of Intent to Sole Source
    Active
    Dept Of Defense
    Notice of Intent to Sole Source DEPT OF DEFENSE DEPT OF THE ARMY The Department of Defense, specifically the Department of the Army, has issued a Notice of Intent to Sole Source for the procurement of Communications Security Equipment and Components. This service/item is typically used for ensuring secure communication within military operations. The procurement will be fulfilled by Carahsoft, located at 11493 Sunset Hills Road, Suite 100, Reston, VA 20190. The place of performance for this contract is Fort Eisenhower, GA, with a period of performance from April 24, 2024, through April 23, 2025. The government has determined that Carahsoft is the only responsible source for this requirement, and therefore, a competitive solicitation will not be issued. The procurement will be conducted under Simplified Acquisition Procedures in FAR part 13 and Commercial procedures in FAR part 12. Interested concerns must provide clear and convincing evidence that competition for this requirement would be advantageous to the government. If no affirmative written responses are received by 7:00 am on November 15, 2023, the contract will be awarded without further notice. Oral communications will not be accepted. Please note that this notice is not a request for competitive proposals. The government's decision not to compete this requirement is solely within its discretion.
    MAGNETRON X BAND MG5436
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of 30 units of the MAGNETRON X BAND MG5436, a critical electronic component necessary for their operations. The items must be individually packaged and marked according to stringent military standards, including MIL-STD-2073-1E for packaging and MIL-STD-129P for marking, ensuring protection during transport and compliance with federal regulations. This procurement is vital for maintaining the operational readiness of the Coast Guard's surface forces, with a required delivery date set for October 31, 2024. Interested vendors must submit their quotations by September 18, 2024, at 9 AM EST, and can contact Nina Crosby at NINA.M.CROSBY@USCG.MIL or 410-762-6658 for further details.
    70B04C24C03 – Smiths Detection Inc – Notice of Intent
    Active
    Homeland Security, Department Of
    Special Notice: Homeland Security, Department of - Smiths Detection Inc - Notice of Intent The Department of Homeland Security (DHS), United States (U.S.) Customs and Border Protection (CBP) intends to award a firm fixed price (FFP) sole source single contract to Smiths Detection Inc. This contract will support the sustainment of Radiation Detection Equipment (RDE) and Large Scale (LS) Non-Intrusive Inspection (NII) Equipment. The equipment provided by Smiths Detection Inc detects illicit material and radiological threats attempting to enter or exit the borders. It is crucial for ensuring the safe and secure movement of people, cargo, mail, and transportation with minimal or no delays in service. Smiths Detection Inc is the Original Equipment Manufacturer (OEM) and the only provider of these supplies, parts, and services. No other service or equipment will meet the Government's needs. The contract will be awarded no later than August 30, 2024. For any questions, please contact the following team members via a group email: Contract Specialists: Debbie Dean - debbie.d.dean@cbp.dhs.gov John Marschall - john.d.marschall@cbp.dhs.gov Dawn Ford - dawn.m.ford@cbp.dhs.gov Lorena Vargas - lorena.d.vargas@othergovagency.cbp.dhs.gov Contracting Officer: Monica Y. Watts - monica.y.watts@cbp.dhs.gov The place of performance for this contract is Ashburn, Virginia, United States. Smiths Detection Inc, located in Edgewood, Maryland, is a provider of technically complex and high-value inspection and detection equipment systems used by CBP to secure land border crossings, airports, seaports, rail crossings, mail handling, and express cargo consignment facilities within the United States and participating countries.
    YORKIE PRO CELL PHONE DETECTORS
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Jacksonville, intends to issue a sole source contract for the procurement of four Yorkie Pro handheld wireless intrusion detection systems from LOTUSUSA INC, a SBA Certified Women-Owned Small Business. This acquisition is aimed at enhancing security measures, as these systems are critical for detecting unauthorized access and ensuring safety in sensitive environments. Interested parties are encouraged to respond within two calendar days of this notice if they can provide comparable items that would be more advantageous to the government. For further inquiries, interested vendors may contact Laura Martinez at laura.a.martinez10.civ@us.navy.mil or Chelsea McNeely at chelsea.n.mcneely.civ@us.navy.mil.
    70B04C24C04 – Varex Imaging Corporation – Notice of Intent
    Active
    Homeland Security, Department Of
    Special Notice: Homeland Security, Department of - US Customs and Border Protection The Department of Homeland Security (DHS), United States (U.S.) Customs and Border Protection (CBP) intends to award a firm fixed price (FFP) sole source single contract to Varex Imaging Corporation. This contract will support the sustainment of Radiation Detection Equipment (RDE) and Large Scale (LS) Non-Intrusive Inspection (NII) Equipment, which are used to detect illicit material and radiological threats at the borders. The equipment must be operational 24x7x365 to ensure the safe and secure movement of people, cargo, mail, and transportation. Varex Imaging Corporation is the Original Equipment Manufacturer (OEM) and the only provider of these supplies, parts, and services. The contract will be awarded by August 30, 2024. For more information, please contact Monica Y. Watts at monica.y.watts@cbp.dhs.gov.