Notice of Intent to Award Sole Source Task Order under Spiral 4 IDIQ
ID: W912J70002Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7M5 USPFO ACTIVITY ID ARNGBOISE, ID, 83705-6512, USA

NAICS

Wireless Telecommunications Carriers (except Satellite) (517112)

PSC

IT AND TELECOM - NETWORK AS A SERVICE (DG10)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Idaho Army National Guard, intends to award a sole source task order to Verizon Wireless (Cellco Partnership) for wireless and cellular services. This procurement includes the acquisition of various devices such as 49 data card devices, 171 iPhones, 41 additional data card devices/173 hotspots, and support services during peak usage at the Orchard Combat Training Center. The urgency of this acquisition is underscored by the need to avoid unacceptable delays in service, and market research indicates that Verizon is uniquely positioned to meet the outlined requirements effectively. The anticipated contract will be a firm-fixed-price order with a performance period starting on August 21, 2024, and will include one base period and four option years. For further inquiries, interested parties can contact Brycen A. Bullard at brycen.a.bullard.civ@mail.mil or Patrick T. Burry at patrick.t.burry.civ@mail.mil.

    Files
    Title
    Posted
    The Idaho Army National Guard seeks to justify an exception to fair opportunity under a multiple award contract for wireless and cellular services. The acquisition aims to award a task order to Verizon Wireless for the supply of various devices and services, including data cards, iPhones, hotspots, and additional support during peak usage at the Orchard Combat Training Center. The justification hinges on urgency, as delays in funding and requirements could result in unacceptable delays in service. Furthermore, market research indicates that Verizon is significantly more capable of fulfilling the requirements outlined in the statement of work (SOW). The contract will be awarded as a firm-fixed-price order, with a focus on ensuring the best value for the agency. The procurement will comply with federal regulations, and the determination will be made by the Idaho Army National Guard’s contracting officer. Future procurements will be evaluated individually to avoid barriers to competition.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Notice of Intent to Award a Sole Source
    Active
    Energy, Department Of
    The Department of Energy's Idaho Operations Office intends to issue a sole source contract to General Dynamics Mission Systems, Inc. for the acquisition of ten National Security Agency (NSA) approved Certified Type 1 Communications Security (COMSEC) / Controlled Cryptographic Items (CCI) Encryption devices, specifically Sectéra vIPer Universal Secure Phones, along with a one-year warranty extension. This procurement is critical for enhancing secure communication capabilities within the Idaho National Laboratory, ensuring compliance with stringent NSA encryption standards necessary for classified network operations. The total funding for this acquisition amounts to $37,800, with delivery expected within 90 days. Interested parties may submit capability statements to Rebecca Hansen at hansenrb@id.doe.gov within three calendar days of this notice for consideration.
    Cable TV, Wired and Wireless Internet for Fort Drum, NY
    Active
    Dept Of Defense
    Intent to Award Single Source BPA To Charter Communications Operating, LLC The Department of Defense, specifically the Department of the Army, intends to award a single-source Firm Fixed Price Blanket Purchase Agreement (BPA) to Charter Communications Operating LLC, DBA Spectrum. This procurement is for business class wired Cable television (CATV) services in Fort Drum, NY. The BPA will be in effect for a period of five years, not to exceed April 15, 2028. The Government has determined that Charter Communications is the only known provider in the Fort Drum geographical area based on previous acquisitions and market research. This notice is not a request for quotations, but responses will be used to determine if competition exists.
    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.
    Cell Phone Services, Mission Belgium
    Active
    State, Department Of
    The Department of State is soliciting proposals for cell phone services for the U.S. Embassy in Brussels, Belgium, under Solicitation No. 19GE5024R0082. The procurement aims to establish a firm fixed-price Indefinite-Delivery Indefinite-Quantity (IDIQ) contract to provide comprehensive mobile communication services, including unlimited voice, SMS, and data plans, with a minimum of 90% network coverage across the EU and 24-hour customer support. This contract is crucial for ensuring reliable communication for U.S. personnel stationed abroad, reflecting the government's commitment to secure and efficient telecommunications. Interested vendors must submit their proposals in PDF format by October 31, 2024, and direct any inquiries to Patticha Gruenbeck at GruenbeckP@state.gov by September 27, 2024.
    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.
    YORKIE PRO CELL PHONE DETECTORS
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Jacksonville, intends to issue a sole source contract for the procurement of four Yorkie Pro handheld wireless intrusion detection systems from LOTUSUSA INC, a SBA Certified Women-Owned Small Business. This acquisition is aimed at enhancing security measures, as these systems are critical for detecting unauthorized access and ensuring safety in sensitive environments. Interested parties are encouraged to respond within two calendar days of this notice if they can provide comparable items that would be more advantageous to the government. For further inquiries, interested vendors may contact Laura Martinez at laura.a.martinez10.civ@us.navy.mil or Chelsea McNeely at chelsea.n.mcneely.civ@us.navy.mil.
    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.
    Notice of Intent to Award a Sole Source
    Active
    Energy, Department Of
    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.
    Notice of Intent to Sole Source - Advantor IDS/ACS Install
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, intends to award a sole source contract to Advantor Systems for the installation of an Intrusion Detection System (IDS) and Access Control System (ACS) at the 153rd Airlift Wing in Cheyenne, Wyoming. The project aims to address security deficiencies in the existing infrastructure by enhancing protection for classified information, requiring the contractor to provide all necessary equipment, personnel, and materials to ensure effective communication with ASN servers. Interested parties must submit their rationale for consideration by September 17, 2024, at 10:00 PM MDT to MSgt Chris Davalos at christopher.davalos.1@us.af.mil, as the government retains discretion over the procurement process.
    Apple iPhone 13 Devices
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Criminal Investigative Service (NCIS) Middle East Field Office, is seeking to procure 50 Apple iPhone 13 devices, specifically black, 256GB, and unlocked to accept foreign SIM cards. This procurement is essential for non-agent personnel assigned to MEFO, as Apple devices are required to meet stringent IT and security protocols necessary for secure communications in a high-threat environment. The solicitation is set aside for small businesses, with responses due by 12:00 PM EST on September 17, 2024, and the contract will be awarded based on the lowest price technically acceptable (LPTA). Interested vendors can contact Ashley Allen at Ashley.allen@ncis.navy.mil or Kristin Gomez at kristin.gomez@ncis.navy.mil for further details.