NOTICE SOLE SOURCE
ID: W50S6R24F5038Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7MV USPFO ACTIVITY AZANG 161PHOENIX, AZ, 85034-7263, USA

NAICS

Other Communications Equipment Manufacturing (334290)

PSC

MISCELLANEOUS ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (6350)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, intends to award a sole source contract to Advantor Systems Corporation for the procurement and integration of an Intruder Detection System (IDS) and background check equipment at the 161st Air Refueling Wing in Phoenix, Arizona. The contract will cover the delivery, installation, and integration of various security components, including a badging workstation and IDS elements, to ensure seamless interoperability with existing systems while maintaining warranty coverage. This procurement is critical for enhancing the security infrastructure at the Goldwater ANG Base, with a performance period of 120 days from the award date. Interested parties may direct inquiries to SMSgt Adrian Hreshchyshyn at adrian.hreshchyshyn@us.af.mil, with the notice posted on October 15, 2024.

    Point(s) of Contact
    No information provided.
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    NOTICE SOLE SOURCE
    Currently viewing
    Special Notice
    Similar Opportunities
    Sources Sought/Notice of Proposed Contract Action - KSV-270 Production
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Life Cycle Management Center, is seeking to procure the KSV-270 Classified Data at Rest Single-Channel Inline Media Encryptor units from General Dynamics Mission Systems on a sole source basis. This procurement is critical for ensuring secure communications and data protection within military operations, as these units are designed to encrypt sensitive information. Interested vendors must submit a written qualification package detailing their capabilities and relevant experience to the contracting officer, Quinella M. Purks, by 4:00 PM CST within 30 calendar days of this notice, with the intention to award the contract by December 2025. For further inquiries, potential offerors may contact Quinella M. Purks at quinella.purks.1@us.af.mil or Janeyra Salgado at janeyra.salgado@us.af.mil.
    166 CES Fire Win 11 Technology Upgrade
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army National Guard, is seeking a contractor to provide and install critical technology upgrades for the 166 CES Fire Department at New Castle Air Base. The procurement involves the replacement and installation of specific equipment, including CPUs, monitors, and uninterruptible power supply (UPS) units, which are essential for the integration with existing proprietary Monaco systems that monitor fire alarms and suppression systems. This sole-source contract with Monaco Enterprises Inc. is justified due to their exclusive ownership of the necessary software and technical capabilities, ensuring compatibility and efficiency in emergency response operations. Interested parties can contact Brian Powell at brian.powell.6@us.af.mil or 302-323-3347 for further information regarding this total small business set-aside opportunity.
    IHADDS Repair
    Active
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command-Detroit Arsenal (ACC-DTA), is soliciting proposals for a sole-source firm-fixed price (FFP) service contract with Elbit America for the repair of the Integrated Helmet and Display Sight System (IHADSS). This contract will be structured as an Indefinite Delivery/Indefinite Quantity (IDIQ) over a five-year period, ensuring a guaranteed minimum quantity for the initial delivery order. The IHADSS is critical for enhancing the operational capabilities of military personnel, making the timely and quality repair services essential for defense readiness. Proposals are due by November 18, 2024, and interested parties should direct any inquiries to Contract Specialist Richard Hall at Richard.G.Hall64.civ@army.mil or Delaney Tepel at delaney.e.tepel.civ@army.mil.
    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.
    BPA - Alarm, Signal and Security Detection Systems PSC 6350
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking to establish Blanket Purchase Agreements (BPAs) for Alarm, Signal, and Security Detection Systems under PSC Code 6350 and NAICS Code 334290. The procurement aims to engage small businesses that can provide standard commercial supplies and services at competitive prices, with BPA calls not exceeding the Simplified Acquisition Threshold, allowing for competition at the call level. These systems are critical for enhancing security measures and operational safety within military installations. Interested vendors must submit their documentation, including past performance references, by April 30 for June awards or October 31 for December awards, and can contact Barbara Grinder at barbara.j.grinder.civ@us.navy.mil for further information.
    WSMR Contracted Security Guards
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army's Mission and Installation Contracting Command at Fort Bliss, is soliciting proposals for contracted security guard services at the White Sands Missile Range (WSMR) in New Mexico. The contractor will be responsible for a comprehensive range of security duties, including planning, scheduling, and quality control, while ensuring compliance with evolving regulatory requirements. This procurement is critical for maintaining safety and security at military facilities, as the contractor will deter theft, criminal acts, and unauthorized access, safeguarding sensitive government information. Proposals are due by November 15, 2024, and interested vendors are encouraged to contact Joseph Flores at joseph.a.flores.civ@army.mil or Flor Sanchez at flor.f.sanchez.civ@army.mil for further details. The contract will follow a Firm Fixed Price model and is set aside exclusively for small businesses.
    Avionics Intermediate Shop Product Support Integration
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Avionics Intermediate Shop Product Support Integration contract, aimed at providing critical support for the F-16 avionics systems. The contractor will be responsible for systems integration, technical services, and sustainment activities to ensure operational readiness and reliability of avionics testing systems utilized by the U.S. Air Force and allied forces. This initiative is vital for maintaining mission capabilities and addressing obsolescence issues within the avionics systems, with a performance period extending from March 30, 2025, to March 29, 2035. Interested parties should direct inquiries to Christian Barwick at Christian.Barwick@us.af.mil or Shauna Vanderschaaf at shauna.vanderschaaf@us.af.mil, with a deadline for questions set for October 1, 2024, and proposal submissions due by November 15, 2024.
    FA8214-13-C-0001 ISC 1.0 Extension
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, intends to solicit and negotiate a contract extension with BAE Systems Technology Solutions for the ISC 1.0 project, which supports the integration of the ICBM weapon system. The procurement aims to extend the current contract (FA8214-13-C-0001) to continue providing essential systems engineering, integration, and program management support, with an anticipated award ceiling increase of $1,192,897,112.00 across 35 programs. This contract is critical for maintaining the operational effectiveness of the ICBM system, ensuring that the government can effectively manage and integrate weapon systems. Interested parties may submit capability statements or proposals, with the anticipated award date set for December 1, 2024, and the period of performance running from February 1, 2025, to July 31, 2027. For further inquiries, contact Sean McDonough at sean.mcdonough.1@us.af.mil or Lindsey Field at lindsey.field@us.af.mil.
    Army Vantage, Sole Source, Follow-on, PEO EIS ARDAP
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army, is seeking a contractor for a sole source follow-on contract related to Army Vantage, aimed at providing continued product support. The primary objective is to deliver a tailorable data integration solution that can effectively integrate, analyze, and visualize information from various disparate data sources, ensuring that data is accessible for both the contractor's tools and the Government's third-party platforms. This solution is crucial for enabling operational workflows and applications, as it must handle current, future, and historical datasets while also performing predictive analytics and forecasting. Interested parties can reach out to Babette Murphy at babette.r.murphy.civ@army.mil or Maria Vital-Smith at maria.c.vital-smith.civ@army.mil for further details, as the Government is not soliciting proposals for this opportunity.
    Automated Kiosk Software Maintenance
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, intends to award a sole-source contract for the maintenance of automated kiosk software used at Visitor Control Centers (VCCs) across Joint Base San Antonio-Randolph in Texas. The contract will cover software maintenance for five automated kiosks, including support tasks such as cloud queue management, messaging, and live online helpdesk support, with the selected vendor being Frontier Vision Technologies, Inc. (DBA Evogence), the original manufacturer and developer of the proprietary software. This maintenance is crucial for ensuring efficient visitor check-in and management, thereby enhancing base access and reducing wait times. Interested parties may submit capability statements to the primary contact, Cathy Hardy, at catherine.hardy@us.af.mil, by 12:30 PM CST on October 23, 2024, for consideration in determining whether a competitive procurement will be pursued.