Notice of Sole Source Purchase- BaseConnect
ID: HMLP59-R029Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA3029 71 FTW CVCENID, OK, 73705-5037, USA

NAICS

Software Publishers (513210)

PSC

AIRCRAFT GROUND SERVICING EQUIPMENT (1730)

Set Aside

8(a) Sole Source (FAR 19.8) (8AN)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, has issued a Sole Source Purchase notice for BaseConnect, indicating that this procurement is not open to competition. The contract is set aside under the 8(a) program, which is designed to assist small disadvantaged businesses, and it falls under the NAICS code 513210 for Software Publishers. The goods and services being procured are related to aircraft ground servicing equipment, highlighting the importance of reliable software solutions in supporting military operations. Interested parties can reach out to Heather Long at heather.long.10.ctr@us.af.mil or by phone at 580-213-7179 for further inquiries, although no quotes will be accepted for this notice as it has already been awarded to BaseConnect.

    Point(s) of Contact
    Files
    Title
    Posted
    The document appears to provide information regarding technical difficulties related to displaying a government file, rather than containing substantive content about federal RFPs, grants, or related topics. It primarily discusses issues with viewing a PDF document, suggesting the user upgrade their Adobe Reader to access its content properly. Key points include the directive to upgrade Adobe Reader for better compatibility, as well as disclaimers about trademarks associated with Windows, Mac, and Linux operating systems. The absence of the actual file content limits further analysis of federal or local RFPs, grants, or specific proposals. Given the current context of government RFPs and grants, this document may represent a preliminary notice or technical support suggestion rather than an official grant or request for proposals. Thus, it lacks critical details regarding funding, project specifics, or application requirements typical of such documents, effectively rendering it non-informative in its current form.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    Notice of Intent to Sole Source - CamWorks Software
    Active
    Dept Of Defense
    The Department of Defense, through the Air Force Test Center at Holloman AFB in New Mexico, intends to award a sole source purchase order to GoEngineer LLC for the procurement of CamWorks Software for the 846th Test Squadron. This software is critical for specific operational needs, and after thorough market research, GoEngineer LLC was identified as the only vendor capable of meeting the required specifications. The procurement falls under NAICS code 513210, with a small business size standard of $47 million, and the anticipated award date is September 27, 2024. Interested vendors may submit capability statements or proposals by September 20, 2024, to the contracting officer, Mr. Brett Moore, at brett.moore.6@us.af.mil.
    99 ABW Unify CP Upgrade
    Active
    Dept Of Defense
    The Department of Defense, through the 99th Contracting Squadron, intends to award a sole source delivery order for the Unify Command Post Upgrade for the 99th Air Base Wing at Nellis Air Force Base in Nevada. This procurement is aimed at enhancing the communications capabilities of the Las Vegas Regional Command Post, necessitated by the current system's end-of-life status and the absence of maintenance options. The contract, valued at $313,598.19, will be awarded to MCS of Tampa, Inc., the only provider with the specialized knowledge and security clearance required for the installation and support of Unify products, which are critical for effective emergency responses. Interested parties must submit their capability statements by September 23, 2024, at 10:00 AM Eastern Time, via email to Erin Lilly at erin.lilly.1@us.af.mil, as this notice is not a request for competitive proposals.
    MABSM Implementation and Sustainment for the Oklahoma City (OC-ALC) and Warner Robins (WR-ALC) Aircraft Groups
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking potential sources for the implementation and sustainment of the Maintenance Business System Modernization (MABSM) program for the Oklahoma City (OC-ALC) and Warner Robins (WR-ALC) Aircraft Groups. This procurement aims to support the Maintenance, Repair, and Overhaul (MRO) applications, which are critical for managing the entire Depot process from asset induction to sale, ensuring compliance with evolving Air Force requirements. Interested parties, particularly small businesses including 8(a), Service-Disabled Veteran-Owned, Hubzone, and Women-Owned concerns, are encouraged to respond to this Sources Sought notice by providing their company information, size status, and relevant experience by September 24, 2024, at 4:00 PM MST, to Jason Neering at jason.neering@us.af.mil.
    NOTICE OF INTENT TO AWARD SOLE SOURCE - Airfield Lighting Control System Maintenance
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, intends to award a sole source contract for the maintenance of the Airfield Lighting Control System at Joint Base Andrews in Maryland. This procurement, authorized under 10 U.S.C. 3204(a)(5), aims to ensure the inspection and preventative maintenance of the airfield lighting system, which is critical for safe airport operations. The contract will be awarded to ADB Safegate, based in Columbus, Ohio, and interested parties are invited to submit their capability statements within five days of this notice. For further inquiries, interested vendors can contact Mara Scally at mara.scally@us.af.mil or Zachary Finley at zachery.finley.3@us.af.mil.
    Notice of Intent to Award of ServiceNow to Mandatory Source
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Research Laboratory (AFRL) at Kirtland AFB, New Mexico, intends to award a mandatory source purchase order to Carahsoft Technology Corp for IT services related to ServiceNow. This procurement is not a request for proposal, indicating that it will proceed without competitive bidding, as Carahsoft is designated as the Department of Defense's Enterprise Software Initiative (DoD ESI) Mandatory Source for ServiceNow, which is critical for supporting AFRL's ongoing mission. The notice will remain open for 15 days, during which inquiries can be directed to Angela Tolson at angela.tolson@spaceforce.mil or by phone at 505-846-9162.
    Notice of Intent to Award to DH Tech
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Research Laboratory (AFRL) at Kirtland AFB, New Mexico, intends to award a sole source contract to DH Tech for its critical Information Technology (IT) requirements. This procurement is based on the unique technologies provided by DH Tech, which are deemed essential for the ongoing missions of the AFRL. The contract falls under the NAICS Code 541519 and PSC Code DA10, with a size standard of $34 million, highlighting the specialized nature of the services being sought. Interested parties may direct inquiries to Cesar Miranda at cesar.miranda@us.af.mil or by phone at 505-846-8570, with the notice open for clarifications for 15 days from the announcement date.
    OE-120B/UPX Software Update
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to award a sole source contract to BAE Systems Information & Electronic Systems Integration, Inc. for the development and implementation of replacement software for the OE-120B/UPX system. The objective of this procurement is to port the updated software from Fedora 21 OS to a supported operating system that complies with Department of Defense cyber requirements. The OE-120B/UPX is critical for radar equipment used in airborne applications, and BAE Systems is the sole designer and manufacturer, justifying the sole source acquisition under 10 U.S.C. 2304(c)(1). Interested subcontractors may reach out to Dylan Gibaldi at BAE Systems for potential opportunities, and inquiries can be directed to primary contact Patricia Reed or secondary contact John Britt at their respective emails.
    Battlefield Operations Support Systems (BOSS) Gold Support Plan Base plus 4 years
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Test Center, intends to award a sole source contract for the Battlefield Operations Support Systems (BOSS) Gold Support Plan, covering a base year plus four additional option years. This procurement aims to secure an annual subscription plan for five systems, which is crucial for maintaining operational readiness and support for battlefield operations. The anticipated award date is September 27, 2024, and interested parties must submit their capabilities in writing by 12:00 PM CDT on September 26, 2024, to Liudmila "Lucia" Stidam at liudmila.stidam@us.af.mil. The contract will be awarded to Tactical Communications Group LLC, with the applicable NAICS code being 336413, which pertains to Other Aircraft Parts and Auxiliary Equipment Manufacturing.
    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.
    L3Harris Communications Support Services
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking to award a sole-source contract for L3Harris Communications Support Services to enhance the operations of the Air Force Security Forces Center (AFSFC). The primary objective of this procurement is to provide comprehensive support, maintenance, and training for L3Harris communication systems, which are critical for military operations, including tactical radios that comply with NATO and NSA standards. The contract will cover a base year from September 30, 2024, to September 29, 2025, with two optional extension years, and interested vendors must be registered in the System for Award Management (SAM) to submit proposals. For further inquiries, potential bidders can contact Mayra Hernandez at mayra.hernandez.1@us.af.mil or SSgt Jesse Vera at jesse.vera.1@us.af.mil.