58--Special Notice of Intent to Sole Source Award
ID: DOIFFBO250065Type: Special Notice
Overview

Buyer

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

NAICS

Audio and Video Equipment Manufacturing (334310)

PSC

SOUND RECORDING AND REPRODUCING EQUIPMENT (5835)
Timeline
  1. 1
    Posted Apr 2, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 2, 2025, 12:00 AM UTC
  3. 3
    Due Apr 9, 2025, 2:00 PM UTC
Description

The U.S. Fish and Wildlife Service (FWS) intends to award a sole source contract to Wildlife Acoustics, Inc. for the procurement of specialized bat monitoring equipment, specifically the SM4Bat-FS detector model, essential for bat acoustic research. This equipment is critical for projects in collaboration with the U.S. Air Force and Army, which require field-durable devices capable of detecting specific frequencies necessary for effective research. The sole-source justification emphasizes that no viable alternatives exist for these acoustic monitors, ensuring compliance with unique operational needs and maintaining research integrity. Interested parties may submit a statement of capabilities via email to Carter Duke at carter_duke@fws.gov, although no telephone requests will be honored.

Point(s) of Contact
Files
Title
Posted
Apr 2, 2025, 8:10 PM UTC
The document outlines a Single Source Justification for purchasing specialized bat monitoring equipment from Wildlife Acoustics, the sole vendor in the U.S. for the SM4Bat-FS detector model required for bat acoustic research. This equipment is essential for projects conducted in collaboration with the U.S. Air Force and Army, which have specific requirements for field-durable devices capable of detecting particular frequencies. The justification suggests that no viable alternatives exist for these acoustic monitors, and the proprietary nature of the equipment supports a sole-source acquisition approach. The Program Office recommends this procurement, certifying it as accurate and complete, while the Contracting Officer approves the sole-source acquisition procedures under the FAR Part 13 guidelines. The overall aim is to ensure compliance with unique operational needs and uphold research integrity in bat studies.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
58--DETECTOR,AUDIO FREQ
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure a sole source item, the DETECTOR, AUDIO FREQ, under NSN 7R-5895-013099126-LA, with a quantity of one unit. This procurement is intended for a Foreign Military Sales (FMS) buy for Australia and is being conducted as a sole source acquisition from L3Harris Technologies Inc., the Original Equipment Manufacturer (OEM), due to the lack of available drawings or data for alternative sources. Interested parties may submit capability statements or proposals within 45 days of this notice, although the government does not intend to delay the procurement process for source approval requests. For further inquiries, interested organizations can contact Michael J. Keith at michael.j.keith40.civ@us.navy.mil or by phone at (215) 697-2193.
L--OR CLARK R BAVIN FORENSIC FIREARMS ANAYL
Buyer not available
The U.S. Fish and Wildlife Service (FWS) is seeking to contract with Forensic Analytical Inc. for forensic laboratory services to analyze projectiles and firearms as part of its National Fish and Wildlife Forensic Laboratory (NFWFL) operations. The selected contractor must be accredited by the Association of Firearms and Toolmarks Examiners (AFTE) and adhere to strict chain-of-custody protocols while providing expert analysis and court testimony. This sole-source procurement is justified due to the unique qualifications and capabilities of Forensic Analytical Inc., which align with the specialized needs of the NFWFL. Interested parties may submit capability statements to Oscar Orozco at oscarorozco@fws.gov by April 14, 2020, as the contract is expected to span 12 months with four optional years, under NAICS code 541380.
NAWCAD WOLF - Intent to Sole Source Amplified Speaker and Cable
Buyer not available
The Department of Defense, through the Naval Air Warfare Center Air Division, intends to procure an amplified speaker and cable on a sole source basis from Misc. Engineering, LLC. This procurement is structured as a firm fixed-price contract, and interested vendors must be authorized distributors of Misc. Engineering, LLC, providing necessary documentation to be considered. The items are crucial for audio and video equipment manufacturing, specifically under the category of headsets, handsets, microphones, and speakers. Quotes must be submitted via email to Jaclyn Porter by 5:00 PM Eastern Standard Time on April 14, 2025, with all submissions treated as requests for information, and the government retaining discretion over the procurement process.
SOLE SOURCE –DATA ACQUISITION SYSTEM
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking to procure a National Instruments Data Acquisition System under a sole source contract. This procurement is essential for the Navy's operational capabilities, as the system is critical for measuring and testing electrical signals. The solicitation, identified by number N0016425Q0577, has a closing date of April 19, 2025, at 4:00 PM Eastern Time, and interested vendors must submit their offers to Angela Westfall at angela.d.westfall.civ@us.navy.mil. Contractors are reminded to register in the System for Award Management (SAM) and to monitor the Contract Opportunities website for any amendments to the solicitation.
K--NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT AND NOT A COMPETITIVE REQUEST
Buyer not available
The National Park Service (NPS) intends to award a Sole Source contract for the repair and refurbishment of radio collars (Model TGW-4677) used for tracking bison and pronghorn at Yellowstone National Park. This procurement is necessary to ensure the effective management of wildlife tracking equipment, which plays a crucial role in monitoring animal movements within the park. The acquisition will follow simplified procedures under FAR 13.106-1(b) and is classified under NAICS code 334220, with a small business size standard of 1,250 employees. Interested firms that believe they can provide these services are encouraged to contact Contract Specialist Barbara Glen at barbaraglen@nps.gov or 303-345-1131 for further information, as the NPS retains discretion over the decision not to solicit competitive quotes.
NAWCAD WOLF - Intent of Sole Source Batteries and Radio
Buyer not available
The Department of Defense, through the Naval Air Warfare Center Air Division, intends to procure batteries and radio equipment on a sole source basis from L3Harris Technologies. This procurement, identified as Solicitation N0042124Q1077, is a firm fixed-price contract that requires interested vendors to be authorized distributors of L3Harris Technologies and to submit their best quotes by 5:00 PM Eastern Standard Time on April 17, 2025. The items sought are critical for communications security and are expected to be of domestic origin, reflecting the importance of reliable and secure communication systems for defense operations. Vendors must register in the SAM.GOV database prior to submission, and all inquiries should be directed to Jaclyn Porter at jaclyn.l.porter.civ@us.navy.mil.
66--NOTICE OF INTENT LAMAR NFH NE FSHRY CTR LAB EQUIP
Buyer not available
The U.S. Fish and Wildlife Service (FWS) intends to award a sole source contract to Avantor Science Central for the procurement of essential cold storage equipment and low-temperature ovens for the environmental DNA laboratory at the Northeast Fishery Center in Lamar, Pennsylvania. This procurement includes ultra-cold freezers, standard freezers, refrigeration units, and low-temperature ovens, specifically designed to meet the laboratory's operational needs and layout requirements. The equipment is critical for advancing genetic research and ensuring compliance with federal safety and operational standards in scientific initiatives. Interested parties may submit capability statements to Contracting Specialist Lee Ann Riley at leeriley@fws.gov by 2:00 PM EDT on April 18, 2024, to demonstrate their ability to provide competitive alternatives. This announcement serves as the only notice for this procurement, which will not be open for competitive quotes.
Notice of Intent to Sole Source for DEWESoft Sirius Data Acquistion System
Buyer not available
The Department of Defense, specifically the U.S. Army Contracting Command at Aberdeen Proving Ground, intends to award a sole source contract for the procurement of the DEWESoft Sirius Data Acquisition System. This requirement arises from the need for specialized instrumentation that meets the unique electrical and operational specifications of the Aberdeen Test Center's Ballistic Instrumentation Division, emphasizing compatibility with existing Dewesoft hardware and software. The contract aims to facilitate rapid procurement and replacement of data acquisition system components, ensuring minimal disruption to testing operations while adhering to rigorous technical standards. Interested parties must express their interest and capability by May 6, 2025, with inquiries directed to Contract Specialist Tiffany D. White at tiffany.d.white23.civ@army.mil.
SOLE SOURCE - RADIO FREQUENCY DISTRIBUTION UNITS
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is soliciting proposals for the procurement of Radio Frequency Distribution Units on a sole-source basis from Teledyne Microwave Solutions. The requirement includes the evaluation and potential repair of nine units, specifically part number 77C735749P1, with options for additional repairs outlined in the solicitation. These units are critical for test and evaluation purposes within naval operations, emphasizing the importance of reliable electronic and precision equipment. Interested vendors must submit their capability statements by April 11, 2025, at 4:00 PM Eastern Time, and all proposals should be directed to Jaclyn Murray at jaclyn.b.murray.civ@us.navy.mil.
SOLE SOURCE JOB ORDER- Research and Development, Engineering, Logistics, and Repairs for AN/AQ-218 Tactical Jamming Receiver System (TJSR), AN/AQ-240 Electronic Support Measures System, AN/ALQ-264 Beowulf, Software Support for Electronic Attack Unit (EAU)
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking to award a sole source contract for research and development, engineering, logistics, and repairs related to the AN/AQ-218 Tactical Jamming Receiver System, AN/AQ-240 Electronic Support Measures System, and AN/ALQ-264 Beowulf, along with software support for the Electronic Attack Unit (EAU) and Next Generation Electronic Attack Unit (NGEAU). The procurement will encompass program management, engineering support, research and development, logistics support, and repair services for Weapons Repairable Assemblies (WRAs) and Shop Repairable Assemblies (SRAs) utilized in these systems. This contract is critical for maintaining and enhancing the capabilities of electronic warfare systems, ensuring operational readiness and effectiveness. Interested parties may submit capability statements to the primary contact, Megan Regan, at megan.m.regan2.civ@us.navy.mil, with the closing date for submissions set for April 16, 2025, and the anticipated award date for the contract on July 1, 2026.