Mobile Tactical Command Vehicle (TCV) Warranty Plan
ID: SH103120250834Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEWASHINGTON HEADQUARTERS SERVICES (WHS)WASHINGTON HEADQUARTERS SERVICESWASHINGTON, DC, 203011000, USA

NAICS

Motor Vehicle Body Manufacturing (336211)

PSC

COMBAT, ASSAULT, AND TACTICAL VEHICLES, WHEELED (2355)
Timeline
    Description

    The Department of Defense, through the Washington Headquarters Services (WHS), intends to award a sole-source contract to Nomad Global Communication Solutions, Inc. for the Mobile Tactical Command Vehicle (TCV) Warranty Plan. This procurement includes a five-year Platinum Warranty Plan, annual inspections, advanced replacement coverage, field technician travel, and integrated IT and communications support services, specifically for the Pentagon Force Protection Agency's TCVs. The selected vendor, being the original manufacturer, is uniquely positioned to provide these services without compromising the warranty or system integrity. Interested parties can reach out to Yolnie Merriweather at yolnie.t.merriweather.civ@mail.mil or by phone at 703-545-2750 for further inquiries.

    Files
    Title
    Posted
    The Department of War's Washington Headquarters Services Acquisition Directorate (WHS/AD) intends to issue a sole-source, firm-fixed-price contract to Nomad Global Communication Solutions, Inc. for the Pentagon Force Protection Agency's (PFPA) Mobile Tactical Command Vehicle (TCV) Support and Extended Warranty Services. Nomad Global Communication Solutions, Inc. is the original manufacturer and warranty provider for the PFPA's TCVs, making them the only vendor capable of providing maintenance, warranty, and communication system services without voiding the warranty or compromising system integrity. The contract includes a five-year Platinum Warranty Plan, annual inspections, advanced replacement coverage, field technician travel, and integrated IT and communications support, including the installation of a Starlink OTM Gen3 High-Performance Terminal. This procurement, falling under the Simplified Acquisition Threshold, adheres to Federal Acquisition Regulation (FAR) 13.501(a)(1)(ii) and utilizes NAICS code 336211 and PSC code 2355.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Valkyrie Enterprises, LLC (Cage 4TGX1) LTC Renewal
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is soliciting a sole source contract for the LTC renewal of multiple National Item Identification Numbers (NIINs) from Valkyrie Enterprises, LLC (Cage 4TGX1). This procurement is critical as Valkyrie Enterprises is the Original Equipment Manufacturer (OEM) and the only known source for providing repair support for the specified repair parts, which are essential for maintaining operational readiness. The solicitation emphasizes that all responsible sources may submit a capability statement or proposal, although the government intends to award the contract to the approved source without delay for new approvals. Interested parties must submit their qualifications via email to Patrick Horan at patrick.j.horan23.civ@us.navy.mil within 45 days of the publication date of this notice.
    Analysis of Mobility Platfrom IDIQ Extension and Ceiling Increase
    Buyer not available
    The United States Transportation Command (USTRANSCOM) is seeking to extend and increase the ceiling of the Analysis of Mobility Platform (AMP) Indefinite Delivery Indefinite Quantity (IDIQ) contract, HTC71118DD001, originally awarded to Raytheon BBN Technologies. This modification is necessary to continue the provision of highly specialized IT and telecom business application development support services, which are critical for USTRANSCOM's operations. The government has determined that these services are uniquely available from the original contractor, and any transition to a new source would lead to unacceptable delays in fulfilling the requirements. Interested parties can reach out to Lisa A. Kraft at lisa.a.kraft.civ@mail.mil or call 618-817-9445 for further information regarding this sole source justification.
    Wireless Services
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking to procure wireless services through task orders M0026323F0013, M0026323F0014, and M0026323F0015, which will be awarded to the current vendor, Verizon. This procurement is necessitated by the unavailability of the new Spiral 3 contract, which does not allow sufficient time for a competitive solicitation and evaluation process, thus limiting the contract duration to one year. Wireless services are critical for maintaining effective communication and operational capabilities within military operations. Interested parties can reach out to Randy L. Wentworth at randy.wentworth@usmc.mil or 843-228-2703, or Rodney Small at rodney.c.small@usmc.mil or 843-228-2151 for further information.
    TACLANE-FLEX Customizable Encryption Platform
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Philadelphia Division, is seeking to procure the TACLANE-FLEX Customizable Encryption Platform, which operates at 1 Gb/s and utilizes Single Mode technology. This procurement will be fulfilled on a Sole Source basis from General Dynamics Mission Systems, Inc., indicating that the government intends to negotiate with only this supplier under the authority of FAR 13.106-1 (b) (1) (i). The TACLANE-FLEX platform is critical for secure communications and compliance within military operations. Interested parties with questions regarding this notice should contact Jillian Randazzo via email at jillian.randazzo.civ@us.navy.mil, as no phone inquiries will be accepted.
    Exception to Fair Opportunity for Wireless Services
    Buyer not available
    The Department of Defense, specifically the Puget Sound Naval Shipyard & Intermediate Maintenance Facility (PSNS & IMF), has awarded a sole source contract for mobile cellular services and devices from Verizon Wireless. This contract, identified as task order N4523A23F1313, is a follow-on to an existing IDIQ contract and was awarded under FAR 16.505(b)(2)(i)(C) to ensure economy and efficiency in service provision. The services are critical for maintaining effective communication capabilities within the naval operations at Bremerton, WA. For further details, interested parties can contact Nicole Fiorentino at nicole.fiorentino@navy.mil.
    58--COMPACT TERMINAL, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the repair and modification of Compact Terminals. The procurement aims to secure a contractor capable of providing a Repair Turnaround Time (RTAT) for the terminals, which are critical for communication and operational efficiency within military operations. Interested contractors must ensure compliance with specific quality assurance standards and provide detailed quotes including unit prices and RTAT, with the potential for price reductions for delays in meeting the RTAT. For further inquiries, interested parties can contact Ethan Lentz at 717-605-2892 or via email at ETHAN.K.LENTZ.CIV@US.NAVY.MIL.
    58--MODEM,COMMUNICATION, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of communication modems. This procurement is a sole source requirement, indicating that the government does not possess sufficient data to contract with any source other than the current approved supplier, necessitating Government Source Approval prior to award. The items are critical for maintaining operational capabilities in communication systems, and interested vendors must submit the required documentation as outlined in the NAVSUP WSS Source Approval Brochure. Proposals must remain valid for a minimum of 120 days, and inquiries should be directed to Cody Cameron at cody.p.cameron.civ@us.navy.mil.
    F550 Retrofitting
    Buyer not available
    The United States Secret Service (USSS) is conducting a Request for Information (RFI) to identify potential vendors for retrofitting F-550 Ford Super Duty vehicles into Mobile Command Vehicles. The retrofit will involve significant modifications, including the installation of a rear conference room, upgraded HVAC systems, leveling jacks, a telescopic mast with a camera system, enhanced emergency lighting, and a comprehensive communication and computer network system. This initiative is crucial for enhancing operational capabilities during protective and investigative missions. Interested parties are encouraged to submit their responses by December 30, 2025, and may contact Aisha Collins or Jade Gaston via email for further inquiries.
    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.
    Amphibious Combat Vehicle ACV Platform
    Buyer not available
    The Department of Defense, through the Department of the Navy's NIWC Atlantic, is seeking qualified vendors for the Amphibious Combat Vehicle (ACV) Platform under a Special Notice procurement. This opportunity involves the fabrication of structural metal components essential for the maintenance and repair of specialized motor vehicle equipment. The ACV Platform is crucial for enhancing amphibious warfare capabilities, ensuring operational readiness and effectiveness in various environments. Interested parties can reach out to Daniel Mears at daniel.c.mears2.civ@us.navy.mil for further details regarding this procurement.