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
    SOF Global Services Delivery
    Active
    Dept Of Defense
    The U.S. Special Operations Command (USSOCOM) is currently in the acquisition planning stage for the SOF Global Services Delivery (SOF GSD) contract, which is a recompete of the SOF Core Support (SCS) initiative. This special notice serves to inform interested parties that no decisions have yet been made regarding the number of awardees, the date for an Industry Day, or the anticipated audience for this procurement. The SOF GSD contract is critical for supporting the Special Operations Forces mission, and updates will be provided exclusively through this notice until a formal draft Request for Proposal (RFP) is posted. For further inquiries, interested parties can contact Sherri Ashby at sherri.ashby@socom.mil or Alicia Spurling at alicia.spurling@socom.mil.
    Command VIP Suite
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Special Operations Command (USSOCOM), is soliciting proposals for the Command VIP Suite project, with a focus on construction-related services at Camp Lejeune, North Carolina. This procurement aims to enhance operational capabilities by providing a state-of-the-art facility tailored to the needs of the Special Operations Community, emphasizing small business participation, particularly from service-disabled veteran-owned small businesses. Proposals are due by 12:00 PM Eastern Standard Time on September 23, 2024, following a mandatory site visit on September 17, 2024. Interested contractors should direct inquiries to Allison O'Donnell at allison.c.odonnell.mil@socom.mil or call 910-440-1697 for further details.
    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.
    Notice of Intent to Sole Source - Intrusion Detection System and Advantor Access Control System
    Active
    Dept Of Defense
    The United States Special Operations Command (USSOCOM) intends to procure an Intrusion Detection System (IDS) and Access Control System (ACS) from Advantor Systems Corporation on a sole source basis. This procurement is necessary as Advantor is the only vendor qualified to provide Air Force Certified IDS, including necessary upgrades and maintenance. The acquisition will be conducted under Simplified Acquisition Procedures and is not open for competitive bidding; however, interested parties may submit capability statements to demonstrate their qualifications. For further inquiries, interested vendors can contact Kristen Colyer at kristen.colyer@socom.mil.
    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.
    SYNOPSIS - SOLE SOURCE – Government Furnished Equipment (GFE) MAINTENANCE, REPAIR, AND UPGRADE OF THE SIMPLIFIED DRIVER (SDR) AND CONTINUOUS WAVE ILLUMINATOR (CWI) MICROWAVE TUBES (MWTs)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking to procure maintenance, repair, and upgrade services for Government Furnished Equipment (GFE), specifically the Simplified Driver (SDR) and Continuous Wave Illuminator (CWI) Microwave Tubes (MWTs). The procurement is planned as a non-commercial Cost-Plus-Fixed-Fee (CPFF) Level of Effort (LOE) job order contract under Basic Order Agreement (BOA) N0016424RWP16, with one base year and four option years, utilizing US Navy funds. This contract is critical for ensuring the operational readiness and performance of essential military equipment, with an estimated maximum value of $500,000. Interested parties may submit capability statements for consideration, but the contract is intended to be sole sourced to Communications & Power Industries LLC, with a closing date for submissions set for October 2, 2024, at 4:00 PM EST. For further inquiries, contact Kori Koss at kori.l.koss.civ@us.navy.mil or Seth Taylor at seth.t.taylor.civ@us.navy.mil.
    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.
    SOLE SOURCE - REFURBISHMENT - Davit STEM Weldments QTY 2 and MAST Weldments QTY 12 (BASE w/OPTIONS)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking proposals for the refurbishment of Davit STEM Weldments (quantity 2) and MAST Weldments (quantity 12) under a sole-source contract with Chesapeake Machining & Fabrication, Inc. This procurement is essential for maintaining the operational readiness of guided missile systems, as the specified weldments are critical components in naval applications. The contract is set to be awarded following the submission of capability statements and quotations, with a closing date for submissions on September 20, 2024, at 4:00 PM Eastern Time. Interested vendors should direct inquiries and proposals to Sandra Gunderman at sandra.e.gunderman.civ@us.navy.mil, and ensure they are registered in the System for Award Management (SAM).
    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.