Notice of Intent to Sole Source - Giant Voice Maintenance
ID: F3G3FA5099AC01Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4861 99 CONS LGCNELLIS AFB, NV, 89191-7063, USA

NAICS

Other Communications Equipment Manufacturing (334290)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (J059)

Set Aside

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

    The Department of Defense, specifically the 99th Contracting Squadron of the Department of the Air Force, intends to award a sole source contract for Giant Voice Maintenance services at Nellis Air Force Base (AFB) and Creech AFB in Nevada. The contractor will be responsible for providing comprehensive preventative maintenance, emergency repairs, and technical support for the Giant Voice Mass Notification System, ensuring reliable communication for command and control agencies. This procurement is critical for maintaining mission communications, as only Acoustic Technology, Inc. (ATI) can meet the unique operational requirements due to the proprietary nature of their components. Interested parties must submit capability statements by June 11, 2025, at 1:00 PM Pacific Time, to Addlene Williams at addlene.williams.6@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the requirements for the annual preventative maintenance and emergency support of the Giant Voice Mass Notification System for Nellis AFB and Creech AFB. The contractor is tasked with providing comprehensive services including management, maintenance, troubleshooting, equipment repair, and training personnel to ensure reliable operations. Key responsibilities include performing Preventive Maintenance Inspections (PMI), responding to emergencies based on a tiered priority system, and maintaining communication with command personnel. The contract spans five years, including base and option years, with specific service levels defined for emergency response times for system failures—one hour for major issues, eight hours for minor failures, and within ten days for non-emergency requests. The contractor must adhere to standards set by Acoustic Technology, Inc. (ATI) and comply with various government regulations and safety standards. Deliverables include monthly status reports and detailed invoices, while the contractor is also required to maintain a quality control plan and facilitate periodic performance assessments. This PWS reflects the government's focus on ensuring the readiness and reliability of communication systems essential for mission success, highlighting the role of technical expertise in fulfilling operational requirements.
    The document outlines a Sole Source justification for a federal contract awarded to ATI Systems Inc. by the 99th Contracting Squadron. The contract entails annual and bi-annual preventative maintenance, emergency support, and telephone assistance for the Giant Voice Systems at Nellis and Creech Air Force Bases (AFBs). The statutory authority for this sole-source procurement is based on FAR 6.302-1, stipulating that only ATI’s proprietary components can meet the agency’s operational requirements, as no alternative solutions can provide the necessary compatibility and cost-effectiveness. Prior market research confirmed that ATI is the sole provider with a proven track record for similar contracts awarded by the Department of Defense. The Contracting Officer is responsible for ensuring the anticipated costs are fair and reasonable, while also expressing the commitment to ongoing market research to explore future competition. The document emphasizes the critical nature of maintaining mission communications and the necessity of certified ATI technicians for equipment maintenance, reinforcing the need for continued sole-source procurement for these services.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Cellular Enhancement System Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure Cellular Enhancement System Services through a sole source justification. This procurement is aimed at maintaining, repairing, and rebuilding medical, dental, and veterinary equipment and supplies, which are critical for operational readiness and support at Travis Air Force Base in California. The justification for this sole source procurement indicates that the services are essential and available only from a specific provider, underscoring the importance of these services to the Air Force's mission. Interested parties can reach out to Ronald W. Aquino at ronaldwendell.aquino@us.af.mil or by phone at 707-424-7752, or contact Vitaliy Kim at vitaliy.kim.1@us.af.mil or 707-424-7740 for further information.
    Travis AFB - NONDESTRUCTIVE INSPECTION HIGH-ENERGY RADIATION COMPUTED TOMOGRAPHY (CT) SYSTEM MAINTENANCE
    Buyer not available
    The Department of Defense, through the 60th Contracting Squadron at Travis Air Force Base (AFB) in California, is seeking qualified vendors for periodic maintenance and emergency troubleshooting services for the FF85 High-Energy Radiation Computed Tomography (CT) System. The maintenance is critical to prevent dust contamination and ensure the integrity of the system's high-energy X-ray tube heads, with services required every six months and a more extensive inspection annually. Interested businesses, particularly small and disadvantaged firms, are invited to respond to this Sources Sought notice by December 15, 2025, at 1:00 PM Pacific Time, providing necessary business details and capabilities; questions must be submitted by December 9, 2025, to SSgt Alexander Love Gaunt at alexander.lovegaunt@us.af.mil.
    Avaya Aura Class J&A
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking to acquire Avaya Aura Voice Over Internet Protocol (VOIP) hardware, software, licenses, and maintenance for the Air Force Base telephone infrastructure through a brand-name Class Justification and Approval. This procurement is limited to a specific brand name in accordance with FAR 8.405-6(b)(1), indicating that the items are unique to one manufacturer. The opportunity is crucial for maintaining and enhancing the existing telecommunications infrastructure, ensuring reliable communication capabilities for the Air Force. For further inquiries, interested parties can contact Nicole R. Barnes at nicole.barnes.5@us.af.mil or Adriana Obregon at adriana.obregon.2@us.af.mil, noting that this announcement is for informational purposes only and does not constitute a solicitation.
    Repair CTI Systems Teleplatforms
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of twelve CTI Systems Teleplatforms at Tinker Air Force Base in Oklahoma. This sole-source requirement necessitates troubleshooting and repair services, with contractors expected to provide all necessary labor, tools, equipment, and materials while adhering to manufacturer specifications and safety protocols. The teleplatforms are critical for depainting and painting processes, and the original equipment manufacturer, CTI Systems, has proprietary access to the control system, making this a specialized procurement. Proposals are due by December 15, 2025, and interested parties should contact Chelsie Hannah at chelsie.hannah@us.af.mil or Tran Tran at Tran.Tran.1@us.af.mil for further details.
    JRE Help Desk
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, intends to award a sole-source contract to Science Applications International Corporation (SAIC) for Joint Range Extension (JRE) help desk support and sustainment services. The procurement is justified under FAR Part 13, citing SAIC as the only responsible source capable of fulfilling the requirements for the JRE-3081, JRE-3171, JRE-3172, and JRE-13240 systems. This contract is crucial for maintaining operational readiness and support for the Air Combat Command's systems. Interested parties who believe they can meet these requirements are invited to submit a capability statement to SSgt Tierra Brown at tierra.brown.1@us.af.mil by September 9, 2025, at 4:00 PM ET, as late submissions will not be considered.
    Listen Technologies Transceivers and Accessories
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, has issued a special notice regarding the procurement of Listen Technologies transceivers and accessories, with the solicitation now canceled due to an anticipated GSA buy. This procurement was set aside for small businesses under the SBA guidelines, indicating a focus on fostering small business participation in government contracting. The goods sought are critical for intercommunication and public address systems, which play a vital role in enhancing communication capabilities within naval operations. For further inquiries, interested parties can contact Roland Parrilla at roland.j.parrilla.civ@us.navy.mil or by phone at 860-433-2253, or reach out to Stephanie Neale at stephanie.l.neale.civ@us.navy.mil or 860-433-3709.
    E-4B National and Nuclear Communication Support (N2CS) Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the E-4B National and Nuclear Communication Support (N2CS) Services, aimed at procuring sustainment and modernization services for mission communications systems aboard E-4B aircraft. The contract will encompass a range of services including engineering, program management, cybersecurity support, and facilities management, which are critical for maintaining the aircraft's role as a command and control communications center during national emergencies. The total estimated contract ceiling is $984 million, with a ten-year ordering period and a minimum order amount of $500,000, and interested parties must submit an approved DD 2345 form to access the draft RFP documents. For further inquiries, Amanda Jones and Lisa Murrell can be contacted via email or phone.
    Airshow Narrator & Sound/ Audio Technician
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Airshow Narrator and Sound/Audio Technician services for the Shaw Air & Space Expo scheduled from March 27-29, 2026. The contractor is required to provide all necessary personnel, equipment, and services, including a narrator with a minimum of five years of airshow experience and a public address/audio system capable of supporting over 50,000 spectators. This procurement is critical for ensuring effective crowd control and narration during the event, which is expected to draw significant public attendance. Interested parties, particularly Women-Owned Small Businesses, should note that the total award amount is $9,000,000, and proposals must be submitted in accordance with the solicitation guidelines. For further inquiries, contact Jeesenia Nauta Criollo at jeesenia.nautacriollo@us.af.mil or 803-895-5623.
    NOI to Sole Source for NVG Repair
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), intends to negotiate a sole source contract with L3 Harris Technologies, Inc. for the repair of night vision goggles (NVG) previously acquired by the agency. The contract is necessary as L3 Technologies is the sole manufacturer of the specific NVG model and is uniquely qualified to perform the required repairs. These NVGs are critical for various law enforcement and operational activities, underscoring the importance of maintaining their functionality. Interested parties may express their capabilities by contacting Beanchor M. Liggins via email at bmliggins@fbi.gov by 9 AM CT on January 9, 2026, as this notice is not a request for competitive quotations.
    FA821225Q0341 PROGRAMMABLE CARTRIDGE
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a sole-source contract to procure 47 programmable cartridges (NSN: 7045016174668WF) under solicitation FA821225R0471. The cartridges are essential for Foreign Military Sales (FMS) and are required to be delivered by May 28, 2027, with the total contract value estimated at $819,637.70. This procurement is critical as the government does not own the technical data for these parts, which are proprietary to GE Aviation Systems LLC, the only responsible source identified for this requirement. Interested parties must submit their capability statements or proposals by the extended deadline of December 12, 2025, and can direct inquiries to Richard Maynard at richard.maynard.5@us.af.mil or Jo Blakley at jo.blakley@us.af.mil.