KPLER Custom bundle of Commercially Available Off-the-Shelf (COTS) intelligence data packages
ID: HC104725R0006Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE INFORMATION SYSTEMS AGENCY (DISA)DEFENSE INFORMATION SYSTEMS AGENCYFORT MEADE, MD, 20755-0549, USA

NAICS

Computing Infrastructure Providers, Data Processing, Web Hosting, and Related Services (518210)

PSC

IT AND TELECOM - DATA CENTER PRODUCTS (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7C20)
Timeline
    Description

    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking proposals for a custom bundle of Kpler brand name commercial intelligence data packages, specifically designed for use in the White House Situation Room. This procurement aims to acquire specialized data feeds covering over 40 commodities, real-time shipping intelligence, and maritime data services, which are critical for enhancing situational awareness and decision-making in U.S. Department of Defense operations. The contract will be awarded based on a Lowest Price Technically Acceptable (LPTA) evaluation process, with a base period of 12 months and four optional extensions, emphasizing Kpler's unique capabilities in real-time tracking of global shipping activities. Interested contractors must submit their quotations by 5:00 PM EST on January 14, 2025, to Carol Craig at carolyn.n.craig.civ@mail.mil, ensuring compliance with all outlined requirements and provisions in the solicitation documents.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the process and requirements for completing the Consolidated Product Listing template used in federal procurement. It emphasizes the need for Mission Partners to customize the template while completing the narrative section to provide the basis of the estimate and obtain signatures as required. The guidance highlights the importance of properly identifying items needing Unique Identification (IUID) tags and ensuring that contractors provide necessary information, especially if specific brand names are requested. Additionally, the document discusses task orders (CLINs) for various standard data packages associated with crude oil, LNG, LPG/ethane, fuel oils, and marine traffic enterprise data, indicating quantities and the need for brand name identifications. It specifies that all items must be delivered upon award without partial deliveries and that contractors must submit a completed Electronic Products List (EPL) alongside shipment documentation. This comprehensive approach aims to ensure clarity, accountability, and regulatory compliance in the procurement process while facilitating efficient record-keeping and delivery.
    The document outlines a proposed contract for Kpler licenses to be used in the White House Situation Room (WHSR), funded by Fiscal Year 2025 O&M funding. Kpler provides a specialized data feed that covers over 40 commodities, real-time shipping intelligence, and maritime data services, essential for U.S. Department of Defense (DoD) intelligence operations. The contract will offer a base period of 12 months with four optional extensions, emphasizing Kpler’s unique capabilities in real-time tracking of global shipping activities. The justification for sole-source procurement highlights that no other competitor can fulfill these specific requirements, citing Kpler's proprietary technology for accurate data consolidation and analysis. The document also notes the critical need for such intelligence to prevent and respond to potential maritime threats. Market research confirms that alternatives do not meet the government's needs, leading to a commitment to ongoing evaluation of market options. The certification sections provide a formal seal of approval from necessary stakeholders. This initiative illustrates the government’s reliance on specialized data solutions for enhanced situational awareness and decision-making.
    This document is a solicitation for bids related to commercial products and services, identified by solicitation number HC104725R0006, with a due date for offers by 5:00 PM on January 17, 2025. The acquisition includes various data packages for crude oil, LNG, LPG/ethane, fuel oils, and residuals, which are to be delivered to the White House Situation Support Staff, located at the Executive Office of the President in Washington, DC. The document outlines the quantities, unit prices, and specific shipping terms for these data packages, all of which are categorized as full and open competition with an emphasis on small business participation. Additionally, it includes a range of procurement clauses aligned with federal regulations, covering requirements related to telecommunications, contractor responsibilities, and compliance certifications necessary for contract execution. Critical clauses address areas such as the prohibition on certain telecommunications equipment and the necessity for service contracts to align with federal standards on transparency and accountability. Overall, this solicitation signifies the government's commitment to acquiring essential data services while promoting small businesses in the process.
    This document is an amendment to a solicitation concerning a federal contract, specifically modifying the submission due date. The aim of the amendment is to correct the Offer Due Date from "05:00 PM 17 Jan 2025" to "05:00 PM 14 Jan 2025." It maintains that all other terms and conditions of the original solicitation remain unchanged. The document outlines procedures for acknowledging this amendment, indicating that failure to do so before the new deadline may lead to rejection of submitted offers. Additionally, it specifies that any changes to an already submitted offer must be communicated in writing, referencing the solicitation and amendment numbers. The document is issued by the Defense Information Systems Agency (DISA) and emphasizes the imperative of compliance in line with federal acquisition regulations. Overall, this summary illustrates the procedural adjustments necessary for bidders regarding submission timelines within federal contracting processes.
    Lifecycle
    Title
    Type
    Similar Opportunities
    DATA SERVICES
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's NIWC Pacific, intends to negotiate a sole source award for data services with S and P Global Market Intelligence, LLC. The procurement involves the Panjiva Platform - Xpressfeed, specifically for a quantity of five units, under the authority of FAR 13.106-1(b), which allows for negotiation with only one source capable of fulfilling the government's requirements. This acquisition is critical for the government’s data processing and web hosting needs, falling under the NAICS Code 518210, which encompasses computing infrastructure providers. Interested parties are encouraged to submit capability statements, comments, or questions via email to Zachary Pilkington at zachary.t.pilkington.civ@us.navy.mil by 0800 PST on December 15, 2025, as phone or fax inquiries will not be considered.
    Reaward a 3 MB Commercial Circuit Intra-Europe.
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking quotes for the re-award of a 3 MB Commercial Circuit Intra-Europe service. This procurement is aimed at telecommunications providers who can meet the specified requirements for commercial items, as outlined in the combined synopsis/solicitation notice. The service is crucial for maintaining effective communication and connectivity within the European theater, ensuring operational readiness and support for defense activities. Interested vendors must submit their quotes, which will be evaluated based on the lowest price technically acceptable (LPTA) criteria, and should direct inquiries to Karie Kapise or Sarah Tyler via their provided email addresses. The solicitation does not have a small business set-aside, and all submissions must comply with the specified terms and conditions.
    PROVIDE, INSTALL, AND MAINTAIN A 10GB WAVE SERVICE BETWEEN KS AND IL
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking proposals for the provision, installation, and maintenance of a 10GB WAVE service between Kansas and Illinois. This procurement is classified as a controlled access requirement, and only entities with a DITCO Basic Agreement may access the solicitation documents, which include specific instructions for submission and evaluation criteria. The telecommunications services are critical for ensuring robust and reliable communication capabilities within the defense sector. Interested vendors must submit their quotes by the specified deadline, and for further inquiries, they can contact Kendal Richter or Kevin Knowles via their provided email addresses.
    Consolidated Standard Inmarsat Broadband Global Area Network (BGAN) and Global Xpress (GX) Services for the Department of Defense (DoD) and Federal Agencies
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking to establish a Blanket Purchase Agreement (BPA) Bridge for Consolidated Standard Inmarsat Broadband Global Area Network (BGAN) and Global Xpress (GX) Services. This procurement aims to provide essential telecommunications services to the DoD and other federal agencies, ensuring reliable and efficient connectivity for various operations. The services are critical for maintaining communication capabilities in diverse environments, supporting both operational and strategic missions. Interested vendors can reach out to primary contact Jenalle L. Hilmes at jenalle.hilmes@disa.mil or by phone at 618-418-6585, or secondary contact Ashley T. Hubert at ashley.t.hubert.civ@mail.mil or 618-418-6249 for further details.
    Cables, Fiber Optic
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking suppliers for fiber optic cables to support military depots, with a presolicitation notice indicating multiple National Stock Numbers (NSNs) for various cable specifications. The procurement includes cables compliant with specific military specifications, with a required delivery timeframe of 150 days and terms for FOB Origin and Inspection and Acceptance at Destination. This contract, which is not set aside for small businesses, will be a Fixed Price, Indefinite Delivery Contract (IDC) for a base period of two years, with proposals evaluated based on price, past performance, and delivery. Interested vendors can submit proposals electronically, with the solicitation expected to be available on December 19, 2025, under solicitation number SPE7M26RX011; for further inquiries, contact Kristina Wolf at Kristina.wolf@dla.mil or 614-693-2623.
    INTELLIGENCE, SURVEILLANCE, ANDRECONNAISSANCE (ISR) SYSTEMS AND INFORMATION OPERATIONS (IO) FROM SEABED TO SPACE (S2ISR)
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, is preparing to issue a Request for Proposal (RFP) for Intelligence, Surveillance, and Reconnaissance (ISR) Systems and Information Operations (IO) from Seabed to Space (S2ISR). This procurement aims to develop and field advanced ISR systems that enhance communication, surveillance, and security capabilities while addressing evolving threats, including support for unmanned systems related to chemical, nuclear, biological, and radiological elements. The anticipated contract will involve multiple indefinite-delivery, indefinite quantity (IDIQ) contracts with a seven-year ordering period, and the final RFP is expected to be released no earlier than November 21, 2025. Interested parties can reach out to Carl Odom at carl.n.odom.civ@us.navy.mil or by phone at 619-553-4454 for further information.
    RFQ: Start a 200 MB commercial lease Intra-Europe.
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting quotes for a 200 MB commercial lease for intra-Europe telecommunications services. This procurement aims to secure reliable telecommunication access, which is critical for supporting military operations and communications within Europe. Interested vendors must comply with specific terms and conditions outlined in the solicitation, including providing pricing details for monthly recurring charges and non-recurring charges. For further inquiries, potential bidders can contact Gretchen Figgins at gretchen.l.figgins.civ@mail.mil or Chad DeVries at chad.w.devries.civ@mail.mil, as the solicitation does not have a small business set-aside and requires registration under the appropriate NAICS code (517111) for access to additional documents.
    RFQ: Start a 200 MB commercial lease Intra-Europe.
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting quotes for a 200 MB commercial lease for intra-Europe telecommunications services. This procurement aims to establish reliable communication infrastructure, which is critical for military operations and coordination across Europe. Interested telecommunications providers must comply with specific terms and conditions outlined in the solicitation, and the evaluation will follow a lowest price technically acceptable (LPTA) source selection process. For further inquiries, potential bidders can contact Gretchen Figgins at gretchen.l.figgins.civ@mail.mil or Chad DeVries at chad.w.devries.civ@mail.mil, with all submissions required to include the requestor's UEI or CAGE code for verification.
    RFQ: Start a 200 MB commercial lease Intra-Europe.
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking quotes for a 200 MB commercial lease for intra-Europe telecommunications services. This procurement is aimed at acquiring essential telecommunications capabilities, specifically under the NAICS code 517111, which pertains to Wired Telecommunications Carriers. The solicitation is classified as a Combined Synopsis/Solicitation, and interested vendors must be registered under the appropriate NAICS code to access the detailed requirements and submit their quotes. For further inquiries, potential bidders can contact Gretchen Figgins at gretchen.l.figgins.civ@mail.mil or Chad DeVries at chad.w.devries.civ@mail.mil. The evaluation will follow a lowest price technically acceptable (LPTA) process, and all submissions must include detailed pricing structures by the specified deadlines.
    DLA Commercial Price List Market Research
    Dept Of Defense
    The Defense Logistics Agency (DLA) is conducting market research to identify potential sources for developing commercial price list contracts to support the military branches with class IX commercial items. The DLA seeks capability packages from manufacturers, including small businesses and various disadvantaged business categories, to fill its commercial price list pipeline, which aims to reflect commercial marketplace standards through a FAR 12 long-term requirements contract. Interested firms are required to submit detailed information, including a commercial price list in an organized .xlsx format, and respond to specific questions regarding their distribution preferences and delivery capabilities. For further inquiries, interested parties can contact Tyler Bender at tyler.bender@dla.mil or Brandon McCoy at Brandon.McCoy@dla.mil.