7G--NOTICE OF INTENT TO AWARD A SOLE SOURCE
ID: DOIFFBO260004Type: Special Notice
Overview

Buyer

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

NAICS

Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing (334220)

PSC

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

    The Department of the Interior, specifically the U.S. Fish and Wildlife Service (FWS), intends to award a sole source contract to Holohil Systems Limited for the procurement of 60 XM3CMD-Transmitters. These specialized transmitters are designed for monitoring the Puerto Rican parrot, featuring advanced capabilities such as mortality detection and duty cycling to conserve battery life. This procurement falls under the NAICS code 334220 and will utilize Simplified Acquisition Procedures, with a notice closing date of December 12, 2025, at 5:00 PM Central Time. Interested parties may express their interest and capability to respond within three calendar days of this notice by contacting Jack Skogen at jack_skogen@fws.gov.

    Point(s) of Contact
    Skogen, John
    (612) 713-5210
    (303) 236-4791
    Jack_Skogen@fws.gov
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    D--SPECIAL NOTICE OF INTENT TO AWARD TO A SOLE SOURCE
    Buyer not available
    The U.S. Fish and Wildlife Service (USFWS) intends to award a sole source contract to Wavedivision Holdings, LLC, doing business as Astound Business Solutions, for the provision of monthly fiber optic internet service at the Little White Salmon National Fish Hatchery in Cook, Washington. This procurement is necessary due to the facility's current extremely slow internet speeds, and Astound is the only provider capable of delivering the required service, as they own the existing fiber network and do not allow other providers to utilize it. The contract will be awarded under Simplified Acquisition Procedures, with a total value not exceeding $250,000, and interested parties have until December 9, 2025, to express their interest and capability to respond to this requirement. For further inquiries, contact Melissa Niemi at melissaniemi@fws.gov or by phone at 612-713-5216.
    12760423P0011 Intent to award Sole Source for Kaleidoscope Pro Justification
    Buyer not available
    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.
    Purchase of Transmitter, Radio
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking quotations for the purchase of ten radio transmitters (Part Number: 453-5000-366, National Stock Number: 6610-01-513-8405). This procurement is a combined synopsis/solicitation for commercial items, requiring brand-name products from the Original Equipment Manufacturer (OEM), ACR Electronics, with strict traceability and certification requirements. The transmitters are critical for aviation operations, ensuring reliable communication and safety in various missions. Interested vendors must submit their quotations by December 2, 2025, with an anticipated award date of December 5, 2025. For inquiries, contact Angela Watts at Angela.L.Watts@uscg.mil.
    7G--Passive Integrated Transponders (PIT) Tags & Associated Equipment IDIQ
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation's Upper Colorado Regional Office, is seeking qualified vendors for the procurement of Passive Integrated Transponders (PIT) Tags and associated equipment through an Indefinite Delivery Indefinite Quantity (IDIQ) contract. This solicitation replaces the previous solicitation (140R4025F0014) and aims to ensure the availability of essential tagging and tracking equipment used in various environmental and wildlife management applications. Interested parties should note that the solicitation details have been updated on SAM.gov, and for further inquiries, they can contact Russell Oaks at rdoaks@usbr.gov or by phone at 801-524-3825.
    SOLE SOURCE / LIMITED COMPETITION – PROCUREMENT OF TR-333 HYDROPHONE HOUSINGS – PSC 5845 – NAICS 332710
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking to procure TR-333 Hydrophone Housings (P/N 6029163-301) on a sole source basis for use in the manufacture of hydrophones for the SP24 TRIDENT system. These housings are critical components that will serve as replacement assets during normal refit and replenishment operations, and the procurement aims to avoid significant costs and delays associated with qualifying new suppliers. The contract will be a non-commercial, 5-year, firm-fixed-price indefinite-delivery indefinite-quantity (IDIQ) agreement, with the intention to award to one of the current certified sources: Stark Precision Machine LLC, D & D Automation Inc, or Enjet Aero Terre Haute LLC. Interested vendors must be registered in the System for Award Management (SAM) and the Joint Certification Program (JCP) to access the necessary technical drawings and submit capability statements to the primary contact, Jessica Sanders, at jessica.a.sanders26@us.navy.mil, by the specified deadlines.
    59--RAWS INTERAGENCY FTS PARTS, FY26
    Buyer not available
    The Bureau of Land Management (BLM) at the National Interagency Fire Center (NIFC) intends to procure RAWS Weather Station Parts and Sensors exclusively from Forest Technology Systems (FTS), located in Victoria, BC, Canada. This procurement is justified under FAR 6.302.1, indicating that FTS is deemed the only responsible source capable of fulfilling the agency's requirements. The parts and sensors are critical for maintaining the functionality of Remote Automated Weather Stations (RAWS), which play a vital role in fire management and environmental monitoring. The estimated value of this acquisition is $557,930.86, and interested parties must submit their qualifications by 5 PM Eastern on December 5, 2025, to be considered, with inquiries directed to Contracting Officer Casey Gean Boyd at cmboyd@blm.gov.
    7G--Passive Integrated Transponders (PIT) Tags & Associated Equipment IDIQ
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation's Upper Colorado Regional Office, is seeking qualified vendors for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for Passive Integrated Transponders (PIT) Tags and associated equipment. This procurement aims to replace the previous solicitation with a new one identified as 140R4026R0003, which will facilitate the acquisition of essential tracking and monitoring technology used in various environmental and wildlife management applications. The PIT tags and equipment are crucial for ensuring effective data collection and management in ecological studies and resource conservation efforts. Interested parties can reach out to Russell Oaks at rdoaks@usbr.gov or by phone at 801-524-3825 for further details regarding this opportunity.
    C--NY MONTEZUMA NWR ADMIN SUPPORT WATERLINE PROJECT
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) intends to award a sole source contract to the Town of Montezuma for administrative support related to the NY Montezuma National Wildlife Refuge (NWR) waterline project. This project aims to facilitate the selection of contractors for a new municipal water service extension, addressing the current lack of a reliable potable water source at the Refuge, which has been relying on trucked-in and bottled water due to saline groundwater issues. The new waterline is crucial for providing drinking water and fire protection as part of a visitor center replacement initiative. Interested parties may submit capability statements by December 12, 2025, to Ian A. Young at ianayoung@fws.gov, as the government reserves the right to proceed with the sole source award.
    15--RFI for Easy Aerial Tethered UAS
    Buyer not available
    The Department of the Interior (DOI) is seeking vendors capable of providing Easy Aerial Tethered Unmanned Aircraft Systems (UAS) to support its operational needs. The procurement aims to acquire 2-6 units annually, with specific requirements including a tether length of at least 300 feet, a total weight under 55 lbs, and compatibility with designated payloads, while ensuring operation in adverse weather conditions. This initiative is crucial for enhancing DOI's operational capabilities, particularly in real-time surveillance and data collection. Interested vendors must submit their information by December 19, 2025, to the designated contacts, with questions due by December 5, 2025.
    NOTICE OF INTENT TO AWARD A SOLE SOURCE
    Buyer not available
    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.