D--SPECIAL NOTICE OF INTENT TO AWARD TO A SOLE SOURCE
ID: DOIFFBO260005Type: Special Notice
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, IT SERVICESFalls Church, VA, 22041, USA

NAICS

Wireless Telecommunications Carriers (except Satellite) (517112)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE (DA10)
Timeline
    Description

    The U.S. Fish and Wildlife Service (USFWS) intends to award a sole source contract to Wavedivision Holdings, LLC, doing business as Astound Business Solutions, for the provision of monthly fiber optic internet service at the Little White Salmon National Fish Hatchery in Cook, Washington. This procurement is necessary due to the facility's current extremely slow internet speeds, and Astound is the only provider capable of delivering the required service, as they own the existing fiber network and do not allow other providers to utilize it. The contract will be awarded under Simplified Acquisition Procedures, with a total value not exceeding $250,000, and interested parties have until December 9, 2025, to express their interest and capability to respond to this requirement. For further inquiries, contact Melissa Niemi at melissa_niemi@fws.gov or by phone at 612-713-5216.

    Point(s) of Contact
    Niemi, Melissa
    (612) 713-5216
    (612) 713-5290
    melissa_niemi@fws.gov
    Files
    Title
    Posted
    The U.S. Fish and Wildlife Service (FWS) requires fiber optic internet service for the LWS NFH facility due to extremely slow internet speeds. Astound is the sole provider capable of delivering this service, as they own the currently installed fiber network and do not permit other providers to use it. Market research was not conducted because no alternative source was found. Awarding the contract to a different vendor would necessitate replacing the existing system, incurring additional costs, and is not deemed to be in the government's best interest. The price for this service is considered fair and reasonable, based on previous awards.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    C--NY MONTEZUMA NWR ADMIN SUPPORT WATERLINE PROJECT
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) intends to award a sole source contract to the Town of Montezuma for administrative support related to the NY Montezuma National Wildlife Refuge (NWR) waterline project. This project aims to facilitate the selection of contractors for a new municipal water service extension, addressing the current lack of a reliable potable water source at the Refuge, which has been relying on trucked-in and bottled water due to saline groundwater issues. The new waterline is crucial for providing drinking water and fire protection as part of a visitor center replacement initiative. Interested parties may submit capability statements by December 12, 2025, to Ian A. Young at ianayoung@fws.gov, as the government reserves the right to proceed with the sole source award.
    WA FLAP JEFFER 134309(2), Two Trout Creek Culvert Replacement
    Buyer not available
    The Department of Transportation, specifically the Federal Highway Administration, is seeking contractors for the WA FLAP JEFFER 134309(2) project, which involves the replacement of a failing culvert at Oil City Road MP 0.5 in Jefferson County, Washington. The primary objective of this procurement is to construct an Aquatic Organism Passage (AOP) culvert to enhance fish passage in a tributary to the Hoh River, addressing environmental concerns while ensuring compliance with federal standards. This project, approximately 0.1 miles in length, has an estimated cost between $2,000,000 and $5,000,000, with a tentative solicitation date set for Fall/Winter 2025 and a completion deadline in Winter 2026. Interested bidders can direct inquiries to the Contracts G. Office at WFL.contracts@dot.gov or by phone at 360-619-7520.
    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.
    MT BOWDOIN NWR MAIN SHOP LIGHTS
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) is soliciting quotations for the replacement of lighting fixtures at the Bowdoin National Wildlife Refuge, specifically in the Maintenance Shop and Cold Bay storage area. The project involves removing outdated lighting and installing high-output LED fixtures, including the proper disposal of old materials, to enhance energy efficiency and safety. This procurement is a 100% Total Small Business set-aside, with a firm-fixed price contract expected to be awarded in late December 2025, and the work is to be completed by February 15, 2026. Interested contractors should submit their quotes and any inquiries to Jeremy Riva at jeremyriva@fws.gov by the closing date of December 18, 2025, at 1700 EST, and are encouraged to attend a site visit to better understand the project requirements.
    Code 104- Guess Wi-Fi
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Port Hueneme Division (NSWC PHD), is seeking a qualified vendor to provide a fixed-price service contract for upgrading its network infrastructure to support a 10GbE commercial circuit. The primary objectives include the procurement of essential services such as Public DNS, an SSL Certificate, and professional engineering support from a Cisco CCIE for 60 hours annually, with RX3 Communications, Inc. identified as the intended sole-source provider. This upgrade is crucial for enabling guest users to connect to the RDT&E Guest Wi-Fi network, facilitating internet access for visitors using personal devices. Interested parties can reach out to Rene Valdivia at rene.e.valdivia.civ@us.navy.mil or Arthur Wynn at arthur.p.wynn3.civ@us.navy.mil for further information, with the contract period set from December 1, 2025, to November 30, 2028.
    C--Land Surveying-Request for A-E Qualifications
    Buyer not available
    The U.S. Fish and Wildlife Service (USFWS) is seeking qualifications from small architect-engineering firms for land surveying services across all U.S. States and Territories. The procurement focuses on boundary, topographic, and water rights surveying, which includes tasks such as fieldwork, mapping, and drafting legal descriptions. This opportunity underscores the USFWS's commitment to engaging small businesses while ensuring compliance with federal procurement regulations. Interested firms must submit their qualifications using the SF-330 Package via email, and they must be registered with the System for Award Management (SAM) and licensed engineering firms. For further inquiries, firms can contact Cindy Salazar at CindySalazar@fws.gov or by phone at 503-872-2832. The call for submissions is open for 365 days.
    12760423P0011 Intent to award Sole Source for Kaleidoscope Pro Justification
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, intends to award a sole source contract for the Kaleidoscope Pro software, which is essential for wildlife audio recordings. This Commercial off-The-Shelf (COTS) software is designed to assist biologists in conducting wildlife surveys for various species, including bats, birds, and amphibians, by enabling the sorting, auto-classification, and manual vetting of audio species detections. The software's unique features, such as acoustic clustering, noise analysis, and support for both standard and ultrasonic recording formats, play a critical role in long-term monitoring efforts and habitat restoration planning. Interested parties can reach out to Keith Bergstrom at keith.bergstrom@usda.gov for further information regarding this procurement opportunity.
    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.
    Water Hyacinth Control, Mathews Brake NWR, MS
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking qualified contractors for a water hyacinth control project at Mathews Brake National Wildlife Refuge in Sidon, Mississippi. The procurement involves applying herbicides across approximately 433 acres to manage water hyacinth and other aquatic plants, with work scheduled in two phases: from May 1 to June 30, 2026, and from August 15 to September 30, 2026. This initiative is crucial for maintaining the ecological balance of the refuge and ensuring the health of aquatic habitats. Interested small businesses must submit their quotes, including required documentation, by December 22, 2025, and can direct inquiries to Contract Specialist Fred Riley at fredriley@fws.gov or 413-253-8738.