Notice of Intent to Award a Sole Source
ID: 89243224PNE000078Type: Special Notice
Overview

Buyer

ENERGY, DEPARTMENT OFENERGY, DEPARTMENT OFIDAHO OPERATIONS OFFICEIDAHO FALLS, ID, 83415, USA

NAICS

Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing (334220)

PSC

OTHER CRYPTOLOGIC EQUIPMENT AND COMPONENTS (5811)
Timeline
    Description

    The Department of Energy, Idaho Operations Office, intends to award a sole source contract to General Dynamics Mission Systems, Inc. for the procurement of seven TACLANE-FLEX Encryptors, which are National Security Agency (NSA) approved Type-1 Communications Security devices. This acquisition is critical for enhancing the Department's classified network infrastructure, ensuring compatibility with existing TACLANE-1F network encryptors, and adhering to stringent NSA regulations governing the distribution of such encryption equipment. The total estimated cost for this procurement is $157,150, and interested parties may submit capability statements within three calendar days of this notice to be considered by the Government. For further inquiries, contact Rebecca Hansen at 208-526-1720 or via email at hansenrb@id.doe.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of Energy's Idaho Operations Office is acquiring seven TACLANE-FLEX Encryptors from General Dynamics Mission Systems for a total estimated cost of $157,150. This acquisition is justified under the Federal Acquisition Regulation due to the singular availability of the product, which is essential for compatibility with existing TACLANE-1F network encryptors in the classified networks. The encryptors are National Security Agency (NSA) approved Type-1 devices, meaning only General Dynamics can provide the necessary equipment, software support, and maintenance services. The procurement is critical for upgrading and expanding the Department of Energy's classified network infrastructure, ensuring compliance with NSA regulations governing the sale and distribution of such encryption devices. Additionally, the purchase is subject to strict controls, as COMSEC equipment must be verified by the governing authorities before shipping. These specifics illustrate the challenges of sourcing specialized security equipment in federal operations while adhering to national security standards.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    99 CS L3Harris Encryption Software
    Active
    Dept Of Defense
    The Department of Defense, specifically the 99th Contracting Squadron of the Air Force, intends to award a sole-source purchase order for L3Harris Encryption Software, citing exclusive licensing agreements under FAR 13.106-1(b)(1)(i). This procurement involves acquiring 26 units of proprietary Over the Air Rekeying/Zeroizing Encryption Software, which is critical for ensuring compliance with contemporary encryption security standards for base network communication. Interested parties are required to submit a capability statement that includes technical and cost data by September 20, 2024, at 08:00 AM Pacific Time, with submissions sent via email to 1st LT Vincent McDonough at vincent.mcdonough.2@us.af.mil. The government will evaluate all capability statements to determine the necessity of competitive procurement versus proceeding with a sole-source award.
    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.
    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.
    INTERFERENCE BLANKE
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, intends to procure supplies related to the INTERFERENCE BLANKE from GE Aviation Systems LLC on a sole source basis. This procurement involves four units of NSN: 5895 LLW2AA194, P/N: 3810000G3, which are critical for repair support, as GE Aviation is the Original Equipment Manufacturer and the only known source for these parts. Interested parties are invited to submit capability statements or proposals within 15 days of this notice, although the procurement will not be delayed for Source Approval Requests from firms not already approved to manufacture this material. For further inquiries, interested organizations may contact Bridget M. Murphy at (215) 697-5047 or via email at bridget.m.murphy6.civ@us.navy.mil.
    N66001-24-R-0060 Notice of Intent to Award Sole Source
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, intends to award a sole-source contract to Brandywine Communications for the provision of parts and modules related to the Navy's ruggedized Time and Frequency Distribution System (TFDS). This procurement aims to support both shore and fleet users, ensuring the sustainment and maintenance of existing TFDS systems while also facilitating the acquisition of new systems for Virginia and Columbia Class submarines. The TFDS is critical for the Navy's submarine communication community, and Brandywine Communications is the only source capable of fulfilling these requirements without incurring substantial costs or delays associated with alternative systems. The estimated contract value is $8.2 million, with a performance period of one year and four optional one-year extensions. Interested parties may contact Contract Specialist April Anne B Segovia at aprilanne.b.segovia.civ@us.navy.mil or 619-553-4490, with responses due by September 10, 2024, at 1630.
    Intent to Sole Source - Advantor Duress System Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the 99th Contracting Squadron at Nellis Air Force Base (AFB) in Nevada, intends to award a sole source contract to Advantor Systems Corp. for the procurement and installation of a Duress Intrusion Detection System (IDS). This contract will include the purchase of four wireless duress remotes, one receiver, and one IDS panel, with the decision to select Advantor as the sole source based on their unique capabilities and proprietary rights, ensuring compatibility with existing security systems. The procurement is critical for maintaining the integrity and reliability of security operations at Nellis AFB, as Advantor is the only certified provider that meets the specialized requirements outlined by the Air Force Security Forces Center. Interested parties must submit capability statements, including technical data and cost information, by September 23, 2024, at 10:00 AM Pacific Time, to Lisa Hallberg at lisa.hallberg.1@us.af.mil.
    TUNABLE QUANTUM MID-IR CASCADE LASER SYSTEM
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Research Laboratory, intends to award a sole source contract to Daylight Solutions Inc. for the procurement of a Tunable Quantum Mid-IR Cascade Laser System. This specialized equipment is critical for advanced measurement and control applications within the laboratory's research initiatives. The procurement will be conducted under Simplified Acquisition Procedures, with a total value not exceeding $250,000, and interested parties have 15 calendar days from the publication of this notice to express their interest and capability to compete. For further inquiries, Richard Key can be contacted via email at richard.a.key2.civ@us.navy.mil.
    Gnu Ada Translator(GNAT) Pro Ada Software and Licenses
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command - New Jersey, is planning to award a Firm-Fixed Price (FFP) contract for the procurement of GNAT Pro Ada software and associated support services from AdaCore. This acquisition, which will be conducted on a sole source basis, is crucial for the US Army Combat Capabilities Development Command (DEVCOM) Armaments Center, ensuring they have the necessary software tools for their operations. The procurement process is authorized under Simplified Acquisition Procedures, reflecting the government's commitment to obtaining commercial solutions while adhering to federal regulations. Interested parties may submit capability statements or quotations by September 20, 2024, with inquiries directed to Qendresa Neza at qendresa.neza.civ@army.mil or Nicole Thalmann at nicole.l.thalmann.civ@army.mil.
    NOTICE OF INTENT TO AWARD SOLE SOURCE
    Active
    Energy, Department Of
    The U.S. Department of Energy (DOE), through its Carlsbad Field Office (CBFO), intends to award a sole source contract to DevonWay Inc. for the provision of oversight management systems that support operations at the Waste Isolation Pilot Plant (WIPP). This procurement is justified under FAR 6.302-1, indicating that only one responsible source can fulfill the agency's requirements, specifically for an integrated oversight management database that enhances communication between DOE field and headquarters. Interested parties who believe they can meet these requirements are encouraged to submit a capability statement by September 23, 2024, although this announcement does not constitute an invitation for proposals. For further inquiries, interested vendors may contact Michael Johnson or Vanessa Lechon via email.
    L3 Harris Radio PRC 167 Dismount Kit & Parts
    Active
    Dept Of Defense
    The Department of Defense, specifically the Washington Air National Guard at Fairchild AFB, WA, is seeking quotes for the procurement of L3Harris brand tactical radio systems and accessories under Solicitation Number W50S9D24Q5012. This Request for Quote (RFQ) aims to secure a Firm Fixed Price contract for essential communication equipment that meets NSA-approved Type 1 encryption standards, critical for secure military operations. The total estimated cost for the required items is approximately $61,528, emphasizing the importance of interoperability and security in military communications. Interested vendors must submit their quotes by September 23, 2024, at 4:00 PM PST, and are encouraged to direct any inquiries to Matthew R. Richard at matthew.richard@us.af.mil or Matthew J. Berube at matthew.berube@us.af.mil.