R--Spectrum Engineering technical services support
ID: 140D0425R0081Type: Presolicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEDEPARTMENTAL OFFICESIBC ACQ SVCS DIRECTORATE (00004)HERNDON, VA, 20170, USA

NAICS

Engineering Services (541330)

PSC

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

    The Department of the Interior, through its Interior Business Center, intends to award a sole source contract for Spectrum Engineering Technical Services Support to Spectrum Center Government Services, LLC. This procurement aims to fulfill the requirements set forth by the Presidential Memorandum on Modernizing United States Spectrum Policy, focusing on effective Radio Frequency (RF) coordination and analysis within the 7/8 GHz band. The contract, anticipated to span from August 15, 2025, to August 14, 2030, is justified due to the unique qualifications and proprietary software of the selected contractor, which are essential for the analysis and enhancement of interoperability within the Department's spectrum infrastructure. Interested parties may submit capability statements via email to Cynthia Garrison at cynthia_c_garrison@ibc.doi.gov, as no competitive offers are expected for this specialized work.

    Point(s) of Contact
    Files
    Title
    Posted
    The United States Department of the Interior is seeking justification to proceed with a non-competitive contract for Spectrum Engineering Technical Services Support provided by Spectrum Center Government Services, LLC. The need arises from a new mandate under the Presidential Memorandum focused on modernizing spectrum policy and ensuring effective radio frequency (RF) coordination within the 7/8 GHz band. The contract will encompass research and analysis critical for future use of spectrum resources, with a focus on enhancing interoperability within the DOI’s spectrum infrastructure. The anticipated contract spans multiple years, from August 15, 2025, to August 14, 2030, due to the unique qualifications of the proposed contractor, which possesses proprietary software essential for the analysis. The justification provided concludes that no other vendors meet the necessary criteria, and efforts have been made to ensure proper compliance with federal acquisition regulations. The contracting officer is tasked with ensuring fair pricing upon contract issuance, and no competing offers are expected due to the specialized nature of the work involved, confirming the necessity of sole source contracting for this requirement.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Cable TV, Wired and Wireless Internet for Fort Drum, NY
    Buyer not available
    Intent to Award Single Source BPA To Charter Communications Operating, LLC The Department of Defense, specifically the Department of the Army, intends to award a single-source Firm Fixed Price Blanket Purchase Agreement (BPA) to Charter Communications Operating LLC, DBA Spectrum. This procurement is for business class wired Cable television (CATV) services in Fort Drum, NY. The BPA will be in effect for a period of five years, not to exceed April 15, 2028. The Government has determined that Charter Communications is the only known provider in the Fort Drum geographical area based on previous acquisitions and market research. This notice is not a request for quotations, but responses will be used to determine if competition exists.
    Notice of Intent to Sole Source - Cable TV and Internet Services
    Buyer not available
    The Consumer Product Safety Commission (CPSC) intends to negotiate a sole source contract with Comcast of Maryland Limited Partnership for the continued provision of cable TV and internet services. This procurement is necessary to avoid service interruptions and additional infrastructure requirements that would arise if another provider were selected, as Comcast has already established the necessary infrastructure at the agency's sites. The contract will cover a base period of one year, with four optional one-year extensions, and will be awarded under the authority of FAR 13.106-1(b) and 41 U.S.C. 3304(b)(2)(B). Interested parties may submit a capability statement by 10 AM Eastern Time on December 8, 2025, to the primary contact, Lydia Glasgow, at lglasgow@cpsc.gov, or the secondary contact, Ankur Patel, at apatel@cpsc.gov.
    Limited Source Justification, Authority: FAR 8.405-6 and 40 U.S.C 501
    Buyer not available
    The Department of the Interior (DOI) is issuing a six-month sole-source contract to T&T Consulting Services, Inc. for critical computer/information technology (C4IT) support services on behalf of the Department of Defense Medical Education and Training Campus (METC). This procurement is necessary to provide Tier 0/I/II support, system administration, and management of IT and audio-visual equipment, ensuring uninterrupted service for over 8,000 hardware units and 9,500 daily users during the transition to a new follow-on contract. The total estimated value of the contract is $1,988,537.60, and the incumbent contractor, T&T Consulting Services, Inc., was selected due to their existing DOD clearances and experience, which are vital for maintaining mission-critical support. For further inquiries, interested parties can contact Lydia Schickler at lydiaschickler@ibc.doi.gov or by phone at 703-964-4872.
    Notice of Intent to Sole Source - Satellite Air Time
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection (CBP), intends to issue a sole source contract to Skymira LLC for the procurement of satellite airtime services essential for GPS tracking devices used by CBP officers. This contract will cover the provision of one hundred and twenty (120) ISAT DataPro plans and activations, which are critical for maintaining an uninterrupted connection for tracking and intelligence gathering operations. The period of performance for this contract is set from October 1, 2025, to September 30, 2026, at March Air Reserve Base in California, with security protocols requiring escorted access to the military installation. Interested contractors who believe they can meet the requirements are encouraged to contact the primary contact, Nykia Warren, via email at nykia.warren@cbp.dhs.gov, by the specified response date.
    7G--NOTICE OF INTENT TO AWARD A SOLE SOURCE
    Buyer not available
    The Department of the Interior, specifically the U.S. Fish and Wildlife Service (FWS), intends to award a sole source contract to Holohil Systems Limited for the procurement of 60 XM3CMD-Transmitters. These specialized transmitters are designed for monitoring the Puerto Rican parrot, featuring advanced capabilities such as mortality detection and duty cycling to conserve battery life. This procurement falls under the NAICS code 334220 and will utilize Simplified Acquisition Procedures, with a notice closing date of December 12, 2025, at 5:00 PM Central Time. Interested parties may express their interest and capability to respond within three calendar days of this notice by contacting Jack Skogen at jackskogen@fws.gov.
    CST STUDIO SUITE PACKAGE
    Buyer not available
    The Department of Defense, specifically the Naval Research Laboratory, intends to award a sole source contract for the CST Studio Suite Package and associated support services to DS Government Solutions Corporation based in Waltham, Massachusetts. This procurement is aimed at acquiring essential software and support services that are critical for the agency's operational needs, with the intention of fulfilling specific requirements that only one responsible source can meet. The contract will utilize Simplified Acquisition Procedures under FAR Part 13.106-1(b), with a total value not exceeding $250,000. Interested parties may express their capabilities to Elizabeth Harley via email at elizabeth.c.harley.civ@us.navy.mil, referencing Notice of Intent number N0017325Q1301261439.
    Notice of Intent to Sole Source - Accenture Federal Services, LLC BSS
    Buyer not available
    The U.S. Department of Commerce (DOC) intends to award a sole-source contract to Accenture Federal Services, LLC for ongoing support of the Commerce Business Systems (CBS) and Core Financial System (CFS) applications. This contract will be structured as a one-year base period with three six-month priced options, leveraging Accenture's unique expertise and institutional knowledge gained from their incumbency in the CBS/CFS Program. The services provided are critical for maintaining the financial management and accounting capabilities essential to DOC operations, especially as the department transitions to a new Business Applications Solution (BAS) project set for completion in 2026. Interested parties may submit responses within 15 days of this notice to the primary contacts, Cameron Brooks and Brandon Harrell, via email, although no solicitation package is available.
    Notice of Sole Source
    Buyer not available
    The Department of Commerce is announcing a sole source procurement for IT services, indicating that the contract will be awarded to a single vendor without a competitive bidding process. This decision is based on the authority granted under FAR 8.405-6(a)(1)(i)(B), which allows for such actions when only one source is deemed capable of fulfilling the requirements. The procurement is critical for supporting the department's management operations, and all inquiries regarding this opportunity should be directed to Lauren Gueye at lgueye@doc.gov, as telephone inquiries will not be accepted. The place of performance for this contract will be in Washington, DC, and further details can be found in the attached justification document.
    INVESTIGATION SERVICES AND TECHNICAL EQUIPMENT MAINTENANCE IN ALASKA
    Buyer not available
    The Federal Communications Commission (FCC) intends to award a single-source, firm fixed-price contract for investigation services and technical equipment maintenance in Alaska to Waterford Consultants LLC. The contractor will provide ongoing investigative services through the Enforcement Bureau, which are critical for maintaining regulatory compliance and oversight in the telecommunications sector. This contract is expected to be awarded under the authority of 41 U.S.C. 3304(a)(1), with an anticipated award date of January 1, 2025. Interested parties must submit their capability documentation to Teresa Dailey at teresa.dailey@fcc.gov by the specified response date, ensuring they have active registrations with SAM.gov and IPP.gov.
    NOTICE OF INTENT TO AWARD A SOLE SOURCE
    Buyer not available
    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.