Intent to Single Source
ID: DTFAWA-13-D-00015-P00033Type: Special Notice
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFFEDERAL AVIATION ADMINISTRATION693KA8 SYSTEM OPERATIONS CONTRACTSWASHINGTON, DC, 20591, USA

NAICS

Satellite Telecommunications (517410)

PSC

IT and Telecom - Network: Satellite Communications and Telecom Access Services (DG11)
Timeline
    Description

    The Department of Transportation, specifically the Federal Aviation Administration (FAA), intends to contract on a single source basis with Peraton Government Communications, Inc. for satellite telecommunications services in the Alaska region. This procurement aims to mitigate operational risks associated with service failures and outages while allowing additional time to complete a competitive re-compete process, ensuring the continuity of critical air traffic control telecommunications services. The satellite network is vital for maintaining system circuit diversity and redundancy, which are essential for operational service continuity in the region. Interested parties may direct inquiries to the Contracting Officer, Michael Tekle, at michael.e.tekle@faa.gov, as this announcement is for informational purposes only and does not involve a competitive solicitation.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Intent to Single Source
    Currently viewing
    Special Notice
    Similar Opportunities
    The FAA has a requirement for Procurement Alaskan Satellite Telecommunications Infrastructure (ASTI) Maintenance and Support of the Satellite Carrier Monitoring System. This includes the necessary hardware, software, and support to replace the Glowlink Com
    Active
    Transportation, Department Of
    Sources Sought TRANSPORTATION, DEPARTMENT OF FEDERAL AVIATION ADMINISTRATION is seeking interest from small businesses for the procurement of Alaskan Satellite Telecommunications Infrastructure (ASTI) Maintenance and Support of the Satellite Carrier Monitoring System. This includes the necessary hardware, software, and support to replace the Glowlink Communications Technology carrier monitoring system. The FAA is particularly interested in responses from service-disabled veteran-owned small businesses and 8(a) certified firms. The scope of work includes providing specific part numbers and technical assistance. The installation will take place in Anchorage ARTCC (ZAN) SACOM Facility and Fairbanks ATCT (FAI) TRACON Facility. The NAICS code for this effort is 517410 Satellite Telecommunications, with a size standard of $44 million. Interested vendors should submit a capability statement and other required documents by October 17, 2023.
    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.
    NOTICE OF INTENT TO CONTRACT WITH A SINGLE SOURCE: FAA Contract Tower (FCT) Aviation Liability Insurance Contract Award Public Announcement
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Aviation Administration (FAA), intends to award a single source contract for Aviation Liability Insurance to Alliant Insurance Services, Inc. for a duration of twelve months. This procurement aims to ensure the continued provision of essential brokerage, advisory, and claim management services necessary for the FAA Contract Tower (FCT) program, which is vital for maintaining the safety and efficiency of the National Airspace System (NAS). The continuity of these services is critical, as any disruption could significantly impact the operations of the 264 FCT towers and pose financial risks to the FAA and local communities. Interested parties can direct inquiries to Patrick Weare at patrick.weare@faa.gov or Malie Chhang at malie.p.chhang@faa.gov, with the current contract set to expire on September 30, 2024, and plans for a competitive follow-on acquisition anticipated to be published in the first quarter of FY2025.
    National Airspace System (NAS) G/G Protocol Converter (GPC) Draft SIR, Part 1
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is preparing to issue a pre-solicitation Screening Information Request (SIR) for the Ground-to-Ground Protocol Converter (GPC) System as part of its Voice over IP Communication Enterprise (VoICE) initiative. This procurement aims to enhance aviation communication systems by converting analog signals to ED-137C compliant Voice over Internet Protocol (VoIP), thereby replacing outdated infrastructure at various FAA facilities. The FAA is seeking industry feedback on the draft SIR, with a deadline for comments set for October 15, 2024, at 3:00 PM EDT. Interested parties can direct their inquiries to Alessha Mason at alessha.m.mason@faa.gov or Michael Tekle at michael.e.tekle@faa.gov, and are encouraged to participate in the upcoming industry day and one-on-one sessions to discuss the project further.
    PROVIDE, INSTALL, AND MAINTAIN A OTU-4(111.809GB) BETWEEN BLDG 730, ROOM 132, 84 NORTH ASPEN STREET, BUCKLEY SFB, CO 80011-9518 (BCKLYSFB/RD1) AND BLDG 64, ROOM 6 1321 3RD STREET, INDIAN SPRINGS, CREECH AFB, NV 89018 (CRECHAFB/RD7)
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting proposals for the provision, installation, and maintenance of an OTU-4 telecommunications system between Buckley Space Force Base in Colorado and Creech Air Force Base in Nevada. This procurement aims to secure commercial telecommunications services, specifically focusing on satellite communications and telecom access services, which are critical for maintaining effective communication capabilities within military operations. Interested vendors should note that the solicitation follows a request for quote (RFQ) format, with evaluations based on the lowest price technically acceptable (LPTA) criteria. Proposals are due by the specified deadline, and interested parties can contact Robyn Tebbe or Kevin Knowles via email for further information.
    8 KVH One TracNet H60 VSAT with Static Ip and Airtime Svcs
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP FLC Bahrain, is seeking proposals for the procurement of the 8 KVH One TracNet H60 VSAT system, which includes static IP and airtime services. This solicitation aims to enhance satellite telecommunications capabilities, which are critical for effective communication and operational support in military operations. The place of performance for this contract will be in Juffair, Bahrain, and interested vendors can reach out to Edith Fuentes at edilberta.y.fuentes.ln@us.navy.mil or by phone at 97317853790, or Adams Diaz at adams.a.diaz.civ@us.navy.mil or 3184394219 for further details. The solicitation is currently open, and interested parties should ensure they meet all requirements outlined in the solicitation documents.
    Infrastructure and Operations Services Support 6 Month Extension
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is announcing a presolicitation for a six-month extension of Infrastructure and Operations Services Support under task order DTFAWA10A-00018-0002. This modification aims to increase the ceiling for support services while the FAA prepares to competitively award a follow-on contract under the Information Technology Innovative Procurement for Strategic Sourcing (ITIPSS). The continuation of these services is crucial for maintaining operational efficiency within the FAA's infrastructure and operations. Interested parties can direct inquiries to Daniel Leary at daniel.f.leary@faa.gov by September 19, 2024, at 3 p.m. Eastern Standard Time.
    Notice of Intent to Sole Source: Maximum Value (Ceiling) Increase of Contract 1332KP-23-D-NAAA0003, Geostationary Ground Sustainment Services (GGSS)
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), intends to award a sole-source contract modification to increase the maximum value of the existing Indefinite Delivery, Indefinite Quantity (IDIQ) contract 1332KP-23-D-NAAA0003 for Geostationary Ground Sustainment Services (GGSS). This modification will raise the contract ceiling from $275,169,157 by an additional $270,727,196, resulting in a new maximum value of $545,896,353, as the incumbent contractor, L3Harris Technologies, Inc., is uniquely qualified to provide the specialized sustainment services required for the complex and interdependent components of the GEO Ground System. The sustainment of this system is critical for ensuring the reliability and safety of satellite operations, which involve extensive custom software and hardware configurations. Interested parties may express their interest and technical capabilities to the primary contact, Gerald Robertson, at gerald.robertson@noaa.gov, or the secondary contact, Tamalia Adams, at tamalia.adams@noaa.gov, by the specified deadline, although the government will not be responsible for any costs incurred in responding to this notice.
    PROVIDE, INSTALL, AND MAINTAIN AN UNPROTECTED TRANSPARENT OTU-2 (10.709GB) LEASE BETWEEN BLDG: 747,ROOM: 209, 240 KNAPP BLVD, BERRY FIELD ANG BASE, NASHVILLE, TN 37217 AND BLDG: 5160, ROOM: 1022, CER, FLOOR: 1ST, 5534 PRYOR DRIVE, SCOTT AFB, IL 62225
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting proposals for the provision, installation, and maintenance of an unprotected transparent OTU-2 lease between two specified locations: Berry Field ANG Base in Nashville, TN, and Scott AFB in Illinois. This procurement involves commercial telecommunications services, specifically under the NAICS code 517111, and is critical for ensuring reliable satellite communications and telecom access services. Interested vendors should note that the solicitation follows a Lowest Price Technically Acceptable (LPTA) evaluation process, with all quotes due by the specified deadline outlined in the attached solicitation documents. For further inquiries, potential bidders can contact John Beckman or Dale Rupright via their respective emails provided in the opportunity overview.
    Starlink Flat Panel High Performance Terminal Kit and Accessories.
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for the procurement of Starlink Flat Panel High Performance Terminal Kits and associated accessories under solicitation number FA664824Q0020. This requirement is a total small business set-aside and aims to enhance military communications by providing reliable high-speed, low-latency internet in remote areas, which is critical for operational efficiency. The procurement includes specific items such as terminal kits, adapters, cables, and activation fees, with a focus on Starlink products as the sole provider of this specialized satellite service. Interested vendors must submit their quotes by September 20, 2024, at 11:00 AM EST, and can contact Sandy Guite at sandy.guite@us.af.mil for further information.