Intent to Sole Source Ranlytics Network Measurement Platform
ID: AA-NTI-SE-O-24-02391Type: Special Notice
Overview

Buyer

COMMERCE, DEPARTMENT OFNATIONAL TELECOMMUNICATIONS AND INFORMATION ADMINISTRATIONDEPT OF COMMERCE NTIA/FIRST NETRESTON, VA, 20192, USA

NAICS

All Other Telecommunications (517810)

PSC

IT AND TELECOM - PLATFORM AS A SERVICE: DATABASE, MAINFRAME, MIDDLEWARE (DH10)
Timeline
    Description

    The Department of Commerce, through the National Telecommunications and Information Administration (NTIA), intends to award a sole source contract to Ranlytics America, LLC for its Network Measurement Platform. This platform is specifically designed to enhance the testing and validation processes for the Nationwide Public Safety Broadband Network (NPSBN) by providing mobile device measurement probes, a control portal for field testing management, and a post-processing portal for evaluating user experience quality. The acquisition is critical for ensuring reliable service and maintaining quality standards within public safety communications infrastructure, with a focus on automated testing of 4G and 5G networks. Interested parties must submit a capability statement by 11:00 AM (EST) on September 20, 2024, to determine if a competitive procurement is warranted; otherwise, the sole source award will proceed. For further inquiries, contact Alicia Brister at Alicia.Brister@FirstNet.gov or call 202-580-5097.

    Point(s) of Contact
    Files
    Title
    Posted
    The First Responder Network Authority (FirstNet) is issuing a Special Notice of Intent to Sole Source for a contract with Ranlytics Americas, LLC for its Network Measurement Platform, which is uniquely qualified to provide mobile network performance monitoring and feature testing. This contract will be awarded under the authority of 41 U.S.C. 3304(a)(1) due to the lack of alternative providers capable of meeting the agency's specific requirements. The Ranlytics solution boasts low-cost measurement devices designed for fleet vehicle deployment and an automated portal for user-specific data displays. Interested parties must submit a capability statement detailing their management and technical capabilities by 11:00 AM (EST) on September 20, 2024. The submission is solely for the purpose of determining if a competitive procurement is warranted; otherwise, the sole source award will proceed. Responses must be submitted via email, strictly adhering to the specified requirements to be considered by the government.
    The document is a justification for conducting a government contract outside of full and open competition, specifically for a cellular network measurement platform from Ranlytics America, LLC. The platform is aimed at enhancing the testing and validation processes for the Nationwide Public Safety Broadband Network (NPSBN) within the Boulder FirstNet Laboratory. The primary reason for non-competitive procurement is that the Ranlytics solution is the only one that meets the agency's unique requirements, particularly due to its low-cost, modular design allowing automated testing of 4G and 5G networks, crucial for public safety operations. The document specifies the need for the platform, detailing its capabilities, including automated network measurement processes and post-processing analysis, which are essential for validating network coverage and performance. To justify the acquisition, it cites statutory authority under 41 USC 3304(a)(1), indicating that only one responsible source meets the agency's needs. Furthermore, the approval process outlined indicates the need for higher-level scrutiny, given the project’s estimated cost. Overall, this acquisition highlights a strategic move towards ensuring reliable service and maintenance of quality standards within the NPSBN, underlining the government's commitment to supporting public safety communications infrastructure.
    Lifecycle
    Title
    Type
    Similar Opportunities
    D--SPECIAL NOTICE OF INTENT TO AWARD TO A SOLE SOURCE
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) intends to award a sole source contract to Skymira, LLC for the procurement of 135 Orbcomm Satellite terminals and associated data services, aimed at enhancing the operational efficiency and safety of wildland fire vehicles. This acquisition is critical for ensuring reliable vehicle tracking in remote areas, as mandated by the Dingell Act, and is designed to streamline interagency operations in collaboration with the Bureau of Land Management (BLM), which already utilizes the same tracking system for over 700 vehicles. The contract will be awarded under Simplified Acquisition Procedures, with a total value not exceeding $250,000, and interested parties are invited to express their capabilities within ten calendar days of this notice, which closes on September 22, 2024, at 5:00 p.m. Eastern Time. For further inquiries, contact Melissa Niemi at melissaniemi@fws.gov or by phone at 612-713-5216.
    5G Capable Cellular Drive Test Scanner
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through the United States Secret Service (USSS), is seeking information from qualified vendors regarding the procurement of a 5G capable cellular drive test scanner and associated analytical software. This initiative aims to enhance the USSS's capabilities in investigating financial crimes by enabling the collection and analysis of cellular data across various generations, from 2G to 5G, while ensuring compliance with the Communications Assistance for Law Enforcement Act (CALEA). The project underscores the importance of modernizing investigative tools to adapt to evolving crime and technology, with requirements for interoperability with existing equipment, comprehensive training for personnel, and ongoing maintenance support. Interested parties are encouraged to submit their capability statements and feedback on the draft Statement of Work to the designated contacts, Stephen Kenny and Matthew Sutton, with the understanding that this notice is for information gathering only and does not constitute a commitment to award a contract.
    70B04C24C20140612 – Notice of Intent - Raytheon Company
    Active
    Homeland Security, Department Of
    Notice of Intent - Raytheon Company The Department of Homeland Security (DHS), United States (U.S.) Customs and Border Protection (CBP) intends to solicit and award a firm fixed price (FFP) sole source single contract award to Raytheon Company. The contract is for Cellular Over-the-Horizon Enforcement Network (COTHEN) support services. COTHEN is a multi-agency, voice communication network that encompasses remote command and control systems, airborne and marine mobile systems, and many special-purpose ancillary systems, controlled by software and network switching technology. The system is frequency adaptive and employs upgraded AES 256, type three (3) voice encryption. Raytheon Company is uniquely qualified as the only one responsible source and no other supplies or services will satisfy agency requirements source with the expertise to perform the software upgrades, equipment maintenance, and services required to support the proprietary software and equipment used on COTHEN. No other service or equipment will meet the Government's needs. This contract will be awarded by no later than August 20, 2024. For questions, please contact the following team members via a group email: Contract Specialist - Debbie Dean (debbie.d.dean@cbp.dhs.gov) and Contracting Officer - John Marschall (john.d.marschall@cbp.dhs.gov).
    Notice of Intent to Sole Source Continuously Tunable Ultrashort Pulsed Laser
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Engineer Research and Development Center's Geospatial Research Laboratory (GRL), intends to procure a Continuously Tunable Ultrashort Pulsed Laser from Coherent, Inc. on a sole source basis for the ELS3D project. The laser must meet stringent specifications, including a tunability range of 600 nm to 2600 nm, pulse width of less than 1 picosecond, and the capability for future modular expansions to achieve wavelengths from 210 nm to 16 microns. This advanced laser system is critical for enhancing the GRL's experimental capabilities in photonics, ensuring high efficiency and performance. Interested vendors are invited to submit capability statements by September 20, 2024, to Anna Crawford at Anna.Crawford@usace.army.mil, as this notice is not a request for competitive proposals.
    5G Cell Network - Deployable Integrated Telecommunications Test Range (DITTR) System
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking proposals from small businesses for the deployment of a 5G Cell Network as part of the Deployable Integrated Telecommunications Test Range (DITTR) System. The procurement aims to establish a comprehensive telecommunications solution that includes a 5G core network, base stations, and support services such as training and technical assistance, all designed to enhance the government's testing capabilities. This initiative is critical for integrating advanced telecommunications technologies with existing systems, ensuring compatibility and high-speed performance for various applications. Interested vendors must submit their quotes by September 19, 2024, and can direct inquiries to Cameron Cochran at cameron.cochran.3@us.af.mil or by phone at 850-882-4418. The contract award decision is anticipated by September 5, 2024, with evaluations based on technical capability, past performance, and pricing.
    66--Notice of Intent to Sole Source (1) Oxford Instruments P10 – 1” 12Mhz Overburde
    Active
    Energy, Department Of
    The Department of Energy's National Energy Technology Laboratory (NETL) intends to award a sole source contract for the procurement of an Oxford Instruments P10 – 1” 12Mhz Overburden Pressure Cell. This specialized equipment is essential for integration with NETL’s existing Oxford GeoSpec 12/53 NMR Rock Core Analyzer, enabling the evaluation of petrophysical features and multi-phase fluid flow in geological samples under controlled pressures and temperatures. The proprietary nature of the GeoSpec NMR P10 Overburden Cell means that Oxford Instruments America, Inc. is the only known source capable of fulfilling this requirement. Interested parties who believe they can meet the specifications must submit their evidence of capability to Rebekah Parks at rebekah.parks@netl.doe.gov by 1:00 PM ET on September 20, 2024.
    FASTHALL MEASUREMENT SYSTEM
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Research Laboratory, intends to award a sole source purchase order for a FASTHALL Measurement System to Lakeshore Cryotronics. This procurement is necessary to fulfill specific agency requirements that can only be met by this vendor, as no other supplies or services will suffice. The FASTHALL Measurement System is critical for laboratory applications, falling under the category of laboratory equipment and supplies. Interested parties have 15 calendar days from the publication of this notice to express their interest and capability, with inquiries directed to Richard Key at richard.a.key2.civ@us.navy.mil. The procurement will utilize Simplified Acquisition Procedures, with a threshold not exceeding $250,000.
    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.
    N66001-24-Q-6412 - Notice of Intent to Sole Source to L3 Harris Technologies Inc.
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Center Pacific (NIWC Pacific), intends to award a Firm-Fixed-Price (FFP) purchase order on a noncompetitive basis to L3 Harris Technologies Inc. for the procurement of Web Data Services (Area-Centric) – Data Feed, specifically designed for 60 users. This procurement is critical for providing Automatic Identification System (AIS) licenses that support the SEAVISION Common Operational Picture (COP), which will be utilized by various U.S. Navy Maritime Operations Centers, the Department of Transportation, the United States Coast Guard, and 113 partner countries for enhanced maritime situational awareness. Interested parties may express their capabilities and interest by contacting Corbin Walters at corbin.c.walters.civ@us.navy.mil by September 25, 2024, at 2:30 P.M. PST, although this notice is not a request for quotes and the government retains discretion over the procurement process.
    Market Survey - Mission Critical Push-to-Talk
    Active
    Homeland Security, Department Of
    The Department of Homeland Security (DHS) is conducting a market survey to gather information on commercially available Mission Critical Push-to-Talk (MCPTT) systems through a Request for Information (RFI) issued by the National Urban Security Technology Laboratory (NUSTL). The objective of this RFI is to collect data that will inform the DHS Science and Technology Directorate’s System Assessment and Validation for Emergency Responders (SAVER) program, which aims to assist response organizations in selecting and procuring effective communication equipment. These systems are crucial for enhancing communication capabilities among law enforcement, fire personnel, and emergency medical services during critical operations. Interested vendors must submit their responses, including product specifications and company information, by October 5, 2024, and are encouraged to use the online Product Summary Questionnaire provided. For further inquiries, vendors can contact Gladys Klemic at nustl@hq.dhs.gov or Chase Knechtel at chase.knechtel@hq.dhs.gov.