70B04C24C01 – Leidos Inc. – Notice of Intent
ID: 70B04C24C01Type: Special Notice
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS CUSTOMS AND BORDER PROTECTION

NAICS

Electronic and Precision Equipment Repair and MaintenanceT (8112)

PSC

IT and Telecom - End User: Help Desk; Tier 1-2, Workspace, Print, Output, Productivity Tools (Labor) (DE01)
Timeline
    Description

    Notice of Intent: Homeland Security, Department of - Leidos Inc.

    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 Leidos Inc. The contract will support the sustainment of Radiation Detection Equipment (RDE) and Large Scale (LS) Non-Intrusive Inspection (NII) Equipment, including supplies, parts, and services.

    The equipment is used to detect illicit material and radiological threats attempting to enter or exit the borders. It is crucial for the systems to be operational 24x7x365 to ensure the safe and secure movement of people, cargo, mail, and transportation with minimal or no delays in service. Leidos 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 by August 30, 2024. For any questions, please contact the following team members via a group email:

    The place of performance for this contract is Ashburn, Virginia, United States.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    70B04C24C02 – RAPISCAN SYSTEMS INC – Notice of Intent
    Active
    Homeland Security, Department Of
    Notice of Intent: Homeland Security, Department of intends to award a firm fixed price (FFP) sole source single contract to RAPISCAN SYSTEMS INC for the sustainment of Radiation Detection Equipment (RDE) and Large Scale (LS) Non-Intrusive Inspection (NII) Equipment. This equipment is used to detect illicit material and radiological threats attempting to enter or exit the borders. The systems must be operational 24x7x365 to ensure the safe and secure movement of people, cargo, mail, and transportation. RAPISCAN SYSTEMS INC 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, contact Monica Y. Watts at monica.y.watts@cbp.dhs.gov.
    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.
    70B04C24C20140612 – Notice of Intent - Raytheon Company
    Active
    Homeland Security, Department Of
    Notice of Intent - Raytheon Company The Department of Homeland Security (DHS), United States (U.S.) Customs and Border Protection (CBP) intends to solicit and award a firm fixed price (FFP) sole source single contract award to Raytheon Company. The contract is for Cellular Over-the-Horizon Enforcement Network (COTHEN) support services. COTHEN is a multi-agency, voice communication network that encompasses remote command and control systems, airborne and marine mobile systems, and many special-purpose ancillary systems, controlled by software and network switching technology. The system is frequency adaptive and employs upgraded AES 256, type three (3) voice encryption. Raytheon Company is uniquely qualified as the only one responsible source and no other supplies or services will satisfy agency requirements source with the expertise to perform the software upgrades, equipment maintenance, and services required to support the proprietary software and equipment used on COTHEN. No other service or equipment will meet the Government's needs. This contract will be awarded by no later than August 20, 2024. For questions, please contact the following team members via a group email: Contract Specialist - Debbie Dean (debbie.d.dean@cbp.dhs.gov) and Contracting Officer - John Marschall (john.d.marschall@cbp.dhs.gov).
    Notice of Intent to Sole Source - Port Lookup Services
    Active
    Homeland Security, Department Of
    The U.S. Department of Homeland Security, specifically the U.S. Immigration and Customs Enforcement (ICE), intends to solicit Enhanced Law Enforcement Platform Port Lookup services from a single source, ICONECTIV, LLC. This procurement is being conducted under the authority of FAR 13.501(a) and is deemed necessary due to the unique capabilities of the selected vendor. The services are critical for supporting law enforcement operations and ensuring efficient data processing and web hosting related to immigration and customs enforcement activities. Interested parties can direct any inquiries to the Contracting Officer, Wesley Ransom, at wesley.ransom@ice.dhs.gov, as this notice serves informational purposes only and is not a request for quotation.
    NOTICE OF INTENT TO AWARD SOLE SOURCE
    Active
    Energy, Department Of
    The U.S. Department of Energy (DOE), through its Carlsbad Field Office (CBFO), intends to award a sole source contract to DevonWay Inc. for the provision of oversight management systems that support operations at the Waste Isolation Pilot Plant (WIPP). This procurement is justified under FAR 6.302-1, indicating that only one responsible source can fulfill the agency's requirements, specifically for an integrated oversight management database that enhances communication between DOE field and headquarters. Interested parties who believe they can meet these requirements are encouraged to submit a capability statement by September 23, 2024, although this announcement does not constitute an invitation for proposals. For further inquiries, interested vendors may contact Michael Johnson or Vanessa Lechon via email.
    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.
    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 Award a Sole Source
    Active
    Energy, Department Of
    The Department of Energy's Idaho Operations Office intends to issue a sole source contract to General Dynamics Mission Systems, Inc. for the acquisition of ten National Security Agency (NSA) approved Certified Type 1 Communications Security (COMSEC) / Controlled Cryptographic Items (CCI) Encryption devices, specifically Sectéra vIPer Universal Secure Phones, along with a one-year warranty extension. This procurement is critical for enhancing secure communication capabilities within the Idaho National Laboratory, ensuring compliance with stringent NSA encryption standards necessary for classified network operations. The total funding for this acquisition amounts to $37,800, with delivery expected within 90 days. Interested parties may submit capability statements to Rebecca Hansen at hansenrb@id.doe.gov within three calendar days of this notice for consideration.
    Notice of Intent to Sole Source - Bloomberg Government Subscription
    Active
    Homeland Security, Department Of
    The Department of Homeland Security (DHS) intends to award a sole source contract for a Bloomberg Government subscription to support its Science and Technology Directorate (S&T). This procurement aims to provide access to essential scientific journals and databases, which are critical for the S&T divisions to maintain their research capabilities and technological advancements. The subscription will include monthly usage reports and trend analyses, with the contract expected to span a 12-month base period and four additional 12-month options. Interested parties who believe they can meet the requirements are encouraged to contact Danette Williams at danette.williams@hq.dhs.gov by 12:00 noon EST on September 26, 2024, for further inquiries.