PortData Source Enhanced Law Enforcement Platform Services
ID: D-25-TC-0083Type: Special Notice
Overview

Buyer

JUSTICE, DEPARTMENT OFDRUG ENFORCEMENT ADMINISTRATION

NAICS

Other Computer Related Services (541519)

PSC

IT AND TELECOM - OTHER DATA CENTER FACILITIES PRODUCTS (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7C21)
Timeline
    Description

    The U.S. Department of Justice, specifically the Drug Enforcement Administration (DEA), intends to award a sole source purchase order for the renewal of the PortData Source Enhanced Law Enforcement Platform Services to iConectiv. This procurement is essential as it provides unique capabilities that are not available from any other entity in the United States, whether public, private, or governmental, and iConectiv does not permit third-party providers to offer these services. The contract will be executed in Arlington, Virginia, and interested parties can reach out to Calvin L. Jackson at calvin.jackson@usdoj.gov or 571-776-3383, or Ameka Ali at ameka.ali@dea.gov or 571-776-2420 for further inquiries.

    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Photocell Concealments
    Buyer not available
    The Drug Enforcement Administration (DEA) is seeking to negotiate a sole source contract with Ancora Technologies Inc. for the acquisition of photocell concealments, which are critical for their operational needs. This procurement aims to secure specialized equipment that enhances the agency's capabilities in drug enforcement activities. The anticipated award will be a firm-fixed price purchase order, with the acquisition process following the FAR Part 13 "Simplified Acquisition Procedures." Interested vendors may submit capability statements by February 7, 2025, at 10:00 AM EST, to Sonya Maxwell at sonya.l.maxwell@dea.gov, as this notice is not a request for competitive quotations.
    Software Platform
    Buyer not available
    The Department of Justice, specifically the Drug Enforcement Administration (DEA), intends to negotiate a sole source procurement with Gladiator Forensics, LLC for a software platform. This procurement is conducted under the authority of FAR regulations, allowing other vendors to submit capability statements if they believe they can meet the DEA's requirements. The software platform is critical for the DEA's operations, and the agency anticipates awarding a firm fixed-price purchase order following Simplified Acquisition Procedures under NAICS Code 334290. Interested vendors must submit their capability statements electronically to Monica Gehrer at Monica.J.Gehrer@dea.gov by February 13, 2025, at 10:00 AM EST.
    Tower Installation Services
    Buyer not available
    The Department of Justice, specifically the Drug Enforcement Administration (DEA), is seeking to negotiate a sole-source procurement for tower installation services with Installation Services, Inc. located in Sycamore, Illinois. The procurement aims to fulfill specific installation requirements under the NAICS Code 237130, which pertains to Power and Communication Line and Related Structures Construction. This opportunity is critical for enhancing the DEA's operational capabilities, and the agency intends to award a firm fixed-price purchase order following the Simplified Acquisition Procedures outlined in FAR Part 13. Interested vendors who believe they can meet the requirements are invited to submit a capability statement by February 10, 2025, at 10:00 AM EST, via email to Robert A. Jones at robert.a.jonesjr@dea.gov.
    Pre-Employment Hiring Center of Excellence (PEHCE)
    Buyer not available
    The Department of Justice, specifically the Drug Enforcement Administration (DEA), is seeking proposals for the Pre-Employment Hiring Center of Excellence (PEHCE) to enhance its pre-employment hiring processes. The objective of this procurement is to streamline and expedite hiring activities across various career fields, including Special Agents and Intelligence Analysts, thereby reducing candidate attrition and minimizing hiring times and associated costs. This initiative is crucial for modernizing the DEA's hiring framework to attract qualified candidates in a competitive employment landscape. The contract will span five years, starting on March 17, 2025, with a base year and four option years, and interested contractors must acknowledge receipt of amendments and submit proposals by February 10, 2025, at 10:00 am EST. For further inquiries, potential bidders can contact Teresa Roshau-Delgado at teresa.a.roshaudelgado@dea.gov or Yokita Davis at yokita.m.davis@dea.gov.
    Renewal of Seat Maintenance (3,000 Seats) for Rocket Software's BlueZone Emulator Software
    Buyer not available
    Special Notice: Justice, Department of - Renewal of Seat Maintenance (3,000 Seats) for Rocket Software's BlueZone Emulator Software The Drug Enforcement Administration (DEA) intends to contract with Rocket Software, Inc. for the renewal of seat maintenance for its perpetual license of the BlueZone Emulator Software. This software is used by the DEA for various purposes. The contract period will be from September 17, 2016, to September 16, 2017. This procurement is based on a brand name and will be procured on a sole source basis. Rocket Software is the only source for this requirement due to their exclusive proprietary rights to the installed software. The DEA has determined that purchasing and implementing competing software would not be technically nor economically justified. The required Limited Sources Documentation is attached. The DEA is not soliciting alternative sources for this requirement. This notice is made in compliance with FAR 5.102(a)(6) and 5.201(b)(1). For more information, please contact Philip M. King at Philip.M.King@usdoj.gov or 202-307-9601.
    Laser Aiming Devices
    Buyer not available
    The Department of Justice, specifically the Drug Enforcement Administration (DEA), intends to award a sole-source fixed purchase order for 10 Laser Aiming Devices from B.E. Meyers – Advanced Photonics, which are crucial for low-light operations conducted by DEA personnel. This procurement, managed under FAR Part 13 Simplified Acquisition Procedures, highlights the need for specialized equipment that enhances aiming capabilities and increases agent safety in challenging environments, particularly when protective masks are required. The estimated delivery date for the devices is March 31, 2025, and while this is not a competitive solicitation, interested vendors may submit their capabilities by February 18, 2025. For further inquiries, vendors can contact Jose Marin at jose.l.marin@dea.gov.
    Notice of Intent to Sole Source - IT Investigative License & Support Services
    Buyer not available
    The U.S. Department of Homeland Security, specifically the Immigration and Customs Enforcement (ICE), intends to solicit IT Investigative License & Support Services from CACI International, Inc. under a sole source procurement strategy. This action is authorized under FAR 6.302-1 and will be negotiated in accordance with FAR Part 15, reflecting the need for specialized IT services critical to the department's enforcement operations. Interested parties are encouraged to direct any inquiries to Contracting Officer Greg Hermsen or Contract Specialist Michelle Levine via the provided email addresses, as this notice serves informational purposes only and does not constitute a Request for Proposal (RFP).
    Capitol Forum
    Buyer not available
    The Department of Justice, specifically the Justice Management Division, intends to procure a sole source online enterprise subscription to Capitol Forum, which provides critical information on antitrust policy, merger control, and corporate investigations. This procurement is necessary due to the proprietary nature of the publication, with DBW Partners, LLC identified as the only known source for this information. Interested vendors must respond within fifteen days of this notice to demonstrate that they can provide an equivalent product, as the government retains discretion over whether to pursue competitive procurement. Responses should be directed to Marla Chesler at marla.chesler@usdoj.gov, and the anticipated period of performance for any resultant purchase orders is one year.
    Dillon Works Custom Concealments
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), intends to award a one-time, firm-fixed price contract for custom cable pedestal concealment hosts exclusively produced by Dillon Works Inc. This procurement aims to enhance the capabilities of the FBI's Video Surveillance Unit by acquiring twenty specialized units that meet unique operational requirements, including the use of RF-transparent materials that standard products cannot provide. The contract is justified under the authority of FAR 6.302-1 due to the specialized nature of the product and the absence of alternative vendors, emphasizing national security concerns. Interested parties must respond to Brandy Binford via email by 8:00 am (CST) on February 10, 2025, and ensure their registration in the System for Award Management (SAM) is current to be eligible for consideration.
    Vending Machine Services
    Buyer not available
    The Department of Justice, specifically the Drug Enforcement Administration (DEA), is seeking a contractor to provide vending machine services for its Special Operations Division (SOD) employees located in Chantilly, Virginia. The contractor will be responsible for supplying two drink/food coolers and a small packaged food stand, enabling employees to conveniently purchase prepared and packaged food and beverages during business hours. This initiative is crucial for supporting employee welfare and ensuring access to quality food options within a secure environment, while the contractor will manage all aspects of product selection, pricing, and sales transactions in compliance with relevant regulations. Interested vendors must submit their responses to Kenny J. Douangmala at Kenny.J.Douangmala@dea.gov by December 6, 2024, at 10:00 AM EST, and should be registered in the System for Award Management (SAM) to be considered for this opportunity.