Data Concentrator Unit (DCU) Refresh
ID: H9224124R0007Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEUS SPECIAL OPERATIONS COMMAND (USSOCOM)AMSAM-SPKFORT EUSTIS, VA, 23604-5577, USA

NAICS

Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing (334511)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)
Timeline
    Description

    The U.S. Special Operations Command (USSOCOM) is planning to award a sole-source follow-on contract to SCI Technology, Inc. for the life cycle sustainment and engineering support of the Data Concentrator Unit (DCU). This procurement encompasses the integration, testing, and procurement of modified DCU-Refresh units, along with related software and hardware support, structured as a Firm Fixed Price, Cost, and Cost-Plus-Fixed-Fee Indefinite Delivery – Indefinite Quantity (IDIQ) agreement with a five-year ordering period and a six-month extension option. The DCU is critical for various military operations, and the contract is justified under FAR 6.302-1, indicating that only one responsible source can fulfill the requirements without incurring substantial duplication of costs or delays. Interested parties must submit their capabilities by 11:00 AM Eastern Time on September 10, 2024, and can reach out to Stephanie Dillon or Chase Brasher via email for further inquiries.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Special Operations Command (USSOCOM) plans to award a sole-source follow-on contract to SCI Technology, Inc. for life cycle sustainment and engineering support of the Data Concentrator Unit (DCU). This includes related software, hardware, integration, testing, and procurement of modified DCU-Refresh units. The contract will be structured as a Firm Fixed Price, Cost, and Cost-Plus-Fixed-Fee Indefinite Delivery – Indefinite Quantity (IDIQ) agreement, with a five-year ordering period and a six-month extension option. This procurement, identified under NAICS Code 334511, follows the authority of FAR 6.302-1, indicating that only one responsible source can meet the agency's requirements without incurring substantial duplication of costs or delays. A sources sought notice was issued, inviting interested parties to submit their capabilities for consideration. Interested parties must respond by 11:00 AM Eastern Time on September 10, 2024. This document emphasizes the government's intention to assess potential respondents while maintaining the option to proceed with the sole-source contract if necessary.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    Commercial Solutions Opening (CSO) PEO-SDA
    Active
    Dept Of Defense
    Special Notice DEPT OF DEFENSE US SPECIAL OPERATIONS COMMAND (USSOCOM) is seeking commercial solutions to accelerate the application of commercially derived software innovation into deployable warfighting capabilities in support of Special Operations Forces (SOF). The goal is to enhance the effectiveness of software intensive programs, platforms, components, algorithms, and processes. This Commercial Solutions Opening (CSO) may result in an Other Transaction Authority (OTA) or a FAR-based contract. Further information can be found in the attached document. The place of performance for this procurement is Tampa, FL 33621, USA. For more details, contact Christie Orlando at christie.r.orlando.civ@socom.mil or 8138604624.
    Family of Loudspeakers, Dismounted - Request for Information
    Active
    Dept Of Defense
    The United States Special Operations Command (USSOCOM) is seeking industry input through a Request for Information (RFI) for a Family of Loudspeakers (FOL) - Dismounted platform. The objective is to identify man-portable loudspeaker systems capable of broadcasting live and pre-recorded messages, facilitating crowd control, and integrating with a wirelessly connected End User Device (EUD) for operational efficiency. These systems are crucial for effective communication and crowd management in various operational environments. Interested parties must submit their capability statements by October 8, 2024, and adhere to specific data protection guidelines for proprietary information. For inquiries, contact Elizabeth M. Lopez Mercado at elizabeth.m.lopezmercado.mil@socom.mil or Stephanie Mathewson at Stephanie.a.mathewson.civ@socom.mil.
    Levrack Furniture
    Active
    Dept Of Defense
    The U.S. Department of Defense, through the U.S. Special Operations Command (USSOCOM), is soliciting proposals for the procurement of furniture for the Command VIP Suite at Camp Lejeune, North Carolina. This opportunity is specifically aimed at small businesses, with a focus on service-disabled veteran-owned small businesses, and emphasizes compliance with federal acquisition regulations. The procurement process will evaluate proposals based on the Lowest Price Technically Acceptable criteria, ensuring that both technical capabilities and pricing are considered. Proposals are due by 12:00 PM EST on September 20, 2024, with a mandatory site visit scheduled for September 17, 2024. Interested parties should contact Staff Sergeant David Kidd at david.m.kidd.mil@socom.mil or 910-440-0508 for further details.
    BAA for Advancement of Technologies for Use by Special Operations Forces
    Active
    Dept Of Defense
    Special Notice DEPT OF DEFENSE US SPECIAL OPERATIONS COMMAND (USSOCOM) is seeking advancements in technologies for use by Special Operations Forces. The service/item being procured is the development of disruptive capabilities that must be made available to the SOF Operator within the next five to seven years in order to achieve mission success in the Future Operating Environment (FOE). This Broad Agency Announcement (BAA) will remain open for 5 years until December 31, 2025.
    Antenna Kit Equipment and Components
    Active
    Dept Of Defense
    The U.S. Department of Defense, through the U.S. Special Operations Command (USSOCOM), is seeking proposals for an Antenna Kit Equipment and Components under solicitation number H92257-24-R-0101. This procurement aims to acquire specialized antennas and related components for the Marine Forces Special Operations Command (MARFORSOC), with a focus on ensuring compliance with technical specifications and federal regulations. The selected contractor will be awarded a Firm Fixed Price (FFP) contract based on the lowest-priced technically acceptable proposal, with a delivery deadline set for October 30, 2024. Interested vendors must register under the relevant NAICS code (334111) on SAM.gov and submit their proposals by the specified deadline, with inquiries directed to Allison O'Donnell at allison.c.odonnell.mil@socom.mil or Samuel Williams at samuel.williams1@socom.mil.
    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.
    ISS-J II Solicitation
    Active
    Dept Of Defense
    The Department of Defense, specifically the US Special Operations Command (USSOCOM), has issued a Combined Synopsis/Solicitation notice for the procurement of Intelligence Support Services - Joint II (ISS-J II). This acquisition is being offered for competition and is limited to eligible Service-Disabled Veteran-Owned Small Business (SDVOSB) participants. The service is typically used to provide intelligence support services to the government. The place of performance includes multiple locations in CONUS and OCONUS. Interested parties must meet certain eligibility requirements, including being a prime contractor that is a Service-Connected Disabled Veteran Owned Small Business with Top Secret Facilities Clearance, and having a subcontractor, partner, or teammate with Secret Safeguarding Capability. The solicitation will not be posted on FBO, and interested parties must complete a spreadsheet and submit it with the required supporting documentation to the listed points of contact. The solicitation is expected to be sent to verified eligible parties within the next 1-2 weeks. Questions or comments regarding the solicitation should be submitted in writing via email to the listed points of contact.
    Commercial Solutions Opening (CSO)
    Active
    Dept Of Defense
    Special Notice DEPT OF DEFENSE Naval Special Warfare Command (NSWC) is seeking to accelerate the development, procurement, and integration of unique capabilities into deployable warfighting capabilities in support of the Joint Force and allied Special Operations Forces (SOF). NSWC is looking to award FAR contracts for projects that enhance the mission effectiveness of special operators and the supporting platforms, systems, components, or material used by NSWC, as well as its interagency and FVEY partners. This Commercial Solutions Opening (CSO) may result in a FAR-based contract.
    Notice of Intent to Sole Source: REAL and RUSB System
    Active
    Dept Of Defense
    The Department of Defense, specifically the 19th Contracting Squadron at Little Rock Air Force Base in Arkansas, intends to award a sole-source contract to QRDC, Inc. for the acquisition of a REAL M12 - 12" Reusable Energy Absorbing Layer Module and a Reusable Universal Skid Board. These items are critical for enhancing safety and operational efficiency in military applications, particularly in aircraft operations. Interested parties are invited to submit a capability statement, proposal, or quotation by September 20, 2024, at 4:00 PM CST, with all submissions directed to Lt. Ethan Lenoir at ethan.lenoir.1@us.af.mil. Oral communications will not be accepted, and the contract will be awarded without further notice if no competitive responses are received.
    CHAIN, WELDED; AIRCRAFT, SOF
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of welded chains specifically for aircraft used in Special Operations Forces (SOF), including models such as the AC-130H, AC-130J, AC-130U, EC-130E, EC-130H, and HC. This opportunity involves an Indefinite Quantity Contract with an estimated annual requirement of 11,147 units over a five-year term, with a critical application designation and a delivery timeline of 163 days after receipt of order. The solicitation is set aside for Historically Underutilized Business Zone (HUBZone) small businesses, emphasizing the importance of these goods for military operations. Interested vendors must submit their proposals by fax and are encouraged to download the solicitation documents from the DLA Internet Bid Board System, with the solicitation expected to be issued around August 30, 2024, and closing on or about September 30, 2024. For further inquiries, contact Dorothy Ferebee at Dorothy.Ferebee@dla.mil or by phone at 804-279-3540.