J--Special Notice of Intent to Sole Source Award
ID: DOIFFBO250049Type: Special Notice
AwardedMar 31, 2025
$639.2K$639,203
AwardeeKastle Systems LLC 6402 ARLINGTON BLVD Falls Church VA 22042 USA
Award #:GS07F004GA
Overview

Buyer

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

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (J063)
Timeline
    Description

    The Department of the Interior, specifically the U.S. Fish and Wildlife Service, has issued a special notice of intent to award a sole source contract for security systems services. The procurement aims to address maintenance, repair, and rebuilding of alarm, signal, and security detection systems, which are critical for ensuring the safety and security of federal facilities and wildlife resources. Interested parties can reach out to Lorenzo Aragon at lorenzo_aragon@fws.gov or by phone at 505-248-6627 for further details regarding this opportunity.

    Point(s) of Contact
    Files
    No associated files provided.
    Similar Opportunities
    D--Special Notice of Intent to Sole Source Award
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) intends to award a sole source contract to Garmin International, Inc. for the provision of annual subscriptions to aircraft navigation databases essential for the safety and operational efficiency of its fleet aircraft. This procurement is necessary to ensure continued access to critical navigation databases that enhance pilot situational awareness, navigation, and obstacle avoidance, which are vital for safe flight operations. The contract will be firm-fixed price and is expected to be awarded under the authority of FAR Part 13.106-1(b), with a total value not exceeding $250,000. Interested parties who believe they can meet these requirements may submit a statement of capabilities via email to Lorenzo Aragon at lorenzoaragon@fws.gov, but no telephone inquiries will be accepted.
    19--Notice of Intent for Sole Source - boat outfit
    Interior, Department Of The
    The U.S. Department of the Interior, specifically the U.S. Fish and Wildlife Service, has announced its intent to award a sole source contract to William E. Munson Company for the outfitting of a boat that was previously purchased under contract 140F0S24F0052. This outfitting is necessary to ensure compliance with warranty and manufacturer guarantees, as well as to maintain the overall operability of the boat frame. The procurement is critical for ensuring the functionality and reliability of the vessel, which is categorized under the Boat Building industry (NAICS code 336612) and involves combat ships and landing vessels (PSC code 1905). Interested parties who disagree with the sole source determination may submit their arguments and capability statements by 10:00 PM Pacific Time on December 22, 2025. For further inquiries, contact Robert Sung at robertsung@fws.gov or call 503-872-2825.
    Q--Notice intent to Sole Source - WILDLIFE DISEASE
    Interior, Department Of The
    The Department of the Interior, specifically the U.S. Fish and Wildlife Service, intends to award a sole source contract to the University of Georgia for wildlife disease diagnostics and related investigations over a five-year period. This contract is crucial as the University of Georgia's Southeastern Cooperative Wildlife Disease Study (SCWDS) offers unique expertise and comprehensive services that are not replicated by any other institution in the southeastern United States, making it essential for supporting state and federal wildlife agencies. Interested parties who disagree with this sole source determination may submit their capabilities for consideration, with responses due by 10:00 AM Pacific Time on December 23, 2025. For further inquiries, contact Robert Sung at robertsung@fws.gov or by phone at 503-872-2825.
    63--NPS - Fire & Intrusion Monitoring Services, George
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is seeking qualified small businesses to provide fire alarm (FA) and intrusion detection (ID) system maintenance services for the George Washington Memorial Parkway. The procurement aims to ensure that existing FA and ID systems are maintained in optimal condition, free from errors or malfunctions, and includes responsibilities such as rectifying deficiencies and providing 24-hour monitoring. This contract, set aside entirely for small businesses, will span a one-year base period with four additional one-year option periods, totaling five years, and will require NICET Level II certified technicians for FA systems and state-licensed technicians for ID systems. Interested parties must submit their quotes by December 12, 2025, and can direct inquiries to Robert Staats at robertstaats@ibc.doi.gov or by phone at 208-207-7391.
    SOLE SOURCE – PHYSICAL SECURITY COMPONENTS
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's NSWC Crane, is seeking to procure physical security components through a sole source justification. This procurement is categorized under miscellaneous alarm, signal, and security detection systems, indicating a focus on enhancing security measures. The goods and services sought are critical for maintaining operational security and ensuring the safety of personnel and assets. For further inquiries, interested parties can contact Shauna Pegg at shauna.m.pegg.civ@us.navy.mil for additional details regarding this opportunity.
    Intent to Sole Source
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Buffalo District, intends to award a sole-source contract to Williams Electric Co. Inc. for the continued monitoring, maintenance, and service of the Electronic Security System (ESS) at the Niagara Falls Storage Site (NFSS) in Lewiston, New York. This contract, estimated to be valued between $500,000 and $1,000,000, will support critical infrastructure by ensuring the operational integrity of various security subsystems, including Intrusion Detection Systems and Closed Circuit Television, while adhering to stringent security protocols and compliance with federal regulations. Interested firms are encouraged to respond with their qualifications and capabilities, as the contract is expected to be a firm fixed price with a one-year term and four optional extensions. For further inquiries, contact Douglas Smith at douglas.smith@usace.army.mil or Tyrone Palaganas at tyrone.b.palaganas@usace.army.mil.
    12760423P0011 Intent to award Sole Source for Kaleidoscope Pro Justification
    Agriculture, Department Of
    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.
    NOTICE OF INTENT TO AWARD A SOLE SOURCE
    Agriculture, Department Of
    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.
    BPA - Alarm, Signal and Security Detection Systems PSC 6350
    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.
    Supply and Delivery of Fencing Material Ellicott
    Interior, Department Of The
    The Department of the Interior, specifically the U.S. Fish and Wildlife Service (FWS), is seeking qualified small businesses to supply and deliver fencing materials for the Ellicott Slough Fencing Project at the San Luis National Wildlife Refuge Complex in Los Banos, California. The procurement involves a firm-fixed price contract for both base and optional materials, including drill pipe fence posts, top rails, sucker rods, T-posts, and wire, all of which must match existing styles and be serviceable. This project is crucial for rebuilding a perimeter fence, ensuring the integrity and security of the wildlife refuge. Quotes are due by 1:00 PM Eastern Time on December 18, 2025, with the performance period set from January 1, 2026, to April 1, 2026. Interested offerors must have an active SAM.gov registration and submit their offers via email to Tanner Frank at TannerFrank@fws.gov.