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
    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
    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
    Similar Opportunities
    CA-LODI FISH AND WILDL-NOTUS EQUIPMENT
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for the procurement of a Notus Omni Portable Trawl Hydrophone and a Notus Command Unit, essential equipment for the EDSM Trawl Mensuration Study. The hydrophone, with specific technical requirements, and the command unit are critical for effective trawling operations, enabling wireless communication with trawl sensors. Interested vendors must submit their Firm Fixed Price quotes by 10:00 AM on December 17, 2025, via email to Carter Duke at carterduke@fws.gov, with the anticipated award date set for one day after the solicitation closes. All submissions must comply with federal acquisition regulations and include delivery to Lodi, CA, within 30 days of order receipt.
    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.
    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.
    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.
    SOLE SOURCE –MAINTENANCE AGREEMENT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to establish a sole source maintenance agreement for instruments and laboratory equipment. This procurement is justified under the notice type "Justification" and pertains to the maintenance, repair, and rebuilding of critical equipment necessary for operational readiness. The selected contractor will be responsible for ensuring the functionality and reliability of these instruments, which are vital for various defense-related applications. For further inquiries, interested parties can contact Chris Jones at christopher.m.jones405.civ@us.navy.mil.
    SOLE SOURCE - Atomic Force Microscope
    Dept Of Defense
    The Department of Defense, through the Naval Supply Fleet Logistics Center Norfolk, is seeking to procure a sole-source Bruker MultiMode 8-HR atomic force microscope (AFM) system for the United States Naval Academy (USNA) in Annapolis, Maryland. This acquisition aims to enhance advanced research capabilities in high-resolution imaging and quantitative nanoscale characterization, while also supporting midshipmen's educational activities. The selected system will upgrade the existing Bruker MultiMode 8, ensuring compatibility with current equipment and providing proprietary imaging modes essential for non-destructive analysis of various surfaces. Quotes are due by December 16, 2025, and interested parties must be registered in SAM.gov to participate. For further inquiries, contact Jordan Walton at jordan.l.walton.civ@us.navy.mil.
    SOLE SOURCE –Model 3152 and 3152A Repair Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's NSWC Crane, is seeking to procure sole source repair services for Model 3152 and 3152A equipment. This procurement is justified under the maintenance, repair, and rebuilding of instruments and laboratory equipment, indicating the critical nature of these services for operational readiness. The selected contractor will be responsible for ensuring the functionality and reliability of these models, which are essential for various defense applications. Interested parties can reach out to Chris Jones at christopher.m.jones405.civ@us.navy.mil for further details regarding this opportunity.
    SOLE SOURCE – Mastersizer 3000 laser
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure a Mastersizer 3000 laser through a sole source justification. This procurement is focused on acquiring a chemical analysis instrument that is critical for various defense-related applications. The Mastersizer 3000 is essential for precise particle size analysis, which plays a significant role in material characterization and quality control processes. Interested parties can reach out to Chris Jones at christopher.m.jones405.civ@us.navy.mil for further details regarding this opportunity.
    SOLE SOURCE – FDS TT&E UPGRADES
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure upgrades for the FDS TT&E system via a sole source contract. The objective of this procurement is to modify equipment related to aircraft components and accessories, ensuring enhanced operational capabilities. This upgrade is critical for maintaining the effectiveness and reliability of defense systems. Interested parties can reach out to Joshua Tester at joshua.e.tester.civ@us.navy.mil for further details regarding this opportunity.
    Sole Source Justification Field Emission Scanning Electron Microscope (FESEM)
    Commerce, Department Of
    The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), is seeking to procure a Sole Source Field Emission Scanning Electron Microscope (FESEM) through a Justification for Other Than Full and Open Competition (JOFOC). This procurement is essential for advancing NIST's capabilities in laboratory equipment and supplies, particularly in high-resolution imaging and analysis. The justification for this sole source acquisition will be publicly available within 14 days of the contract award, and the opportunity will remain open for 30 days in accordance with federal regulations. Interested parties can reach out to Nina Lin at nina.lin@nist.gov or Forest Crumpler at forest.crumpler@nist.gov for further inquiries.