Notice of Intent to Sole Source Award for TOCNET Equipment Replacement”
ID: W9124B25Q154LType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FT IRWINFORT IRWIN, CA, 92310-5095, USA

NAICS

Electronic Computer Manufacturing (334111)

PSC

IT AND TELECOM - COMPUTE: SERVERS (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7B22)
Timeline
    Description

    The Department of Defense, through the Mission and Installation Contracting Command at Fort Irwin, intends to award a sole source contract to SCI Technology, Inc. for the replacement of the TOCNET system, which is critical for mission command operations within the 52ID Division Tactical Operations Center and other areas at the National Training Center. The procurement aims to modernize the existing TOCNET equipment, which has been in continuous operation since 2014 and has deteriorated, thereby affecting communication reliability and operational safety during training exercises. This upgrade is essential to ensure uninterrupted FM communications between key personnel and rotational units, thereby maintaining mission efficiency and safety standards. Interested parties may submit capability statements to demonstrate their ability to meet the requirement, although no competitive quotes will be solicited. For further inquiries, contact LC Thames at l.c.thames.civ@army.mil or Theresa Rodriguez at theresa.rodriguez2.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Mission and Installation Contracting Command - Fort Irwin announces its intent to award a sole source contract to SCI Technology, Inc. for the replacement of the TOCNET system, crucial for mission command operations within the 52ID Division Tactical Operations Center and other areas at the National Training Center. The existing equipment, operational since 2014, has deteriorated, affecting communication reliability and operational safety during training exercises. The new contract aims to modernize the technology, enhance communication capabilities, and ensure uninterrupted FM communications between key personnel and rotational units. The equipment to be replaced includes various components necessary for network operations and communication. While this notice indicates a sole source award, interested parties may submit capability statements to demonstrate their ability to meet the requirement by the specified deadline, although no competitive quotes will be solicited. The announcement emphasizes the urgency of this equipment upgrade to maintain mission efficiency and safety standards.
    Lifecycle
    Similar Opportunities
    Sources Sought (SS) Announcement for Tactical Communications Package (T2C2/Scout) hardware, Multiple NSNs: Power Supply, Waveguide Assembly, and Auto Interface Unit.
    Dept Of Defense
    The Defense Logistics Agency (DLA) at Aberdeen Proving Ground, Maryland, is seeking responses to a Sources Sought Announcement for the procurement of Original Equipment Manufacturer (OEM) quality replacement spare components for the Tactical Communications Package (T2C2) and SCOUT systems. The agency requires vendors to provide specific National Stock Numbers (NSNs) related to power supplies, waveguide assemblies, and auto interface units, among others, ensuring that all items meet military and industry standards for ruggedized tactical communications equipment. This procurement is critical for sustaining and replenishing the Suite of Terminals (SoT) used by the Army Integrated Logistics Supply Center. Interested vendors must submit their capability statements and relevant documentation by December 24, 2025, to the designated contacts, Kenneth Vereb and Seth Copeland, via the provided email addresses.
    TACLANE Operator Training Course
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking to procure an on-site TACLANE Operator Training Course from General Dynamics Mission Systems, Inc. This sole-source contract aims to train up to eleven NSWCCD employees on the configuration, operation, and maintenance of TACLANE encryptors, which are vital for secure network communications during RF Signature measurements. The four-day training course is scheduled to take place at NSWCCD in West Bethesda, Maryland, during the second quarter of Fiscal Year 2026 (January–March). Interested parties are invited to submit capability statements by 10:00 AM ET on December 22, 2025, to Tracy McDonough at tracy.l.mcdonough2.civ@us.navy.mil.
    Joint Base San Antonio (JBSA) Mission Training Complex (MTC)
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command-Orlando, intends to award a sole source contract to Trideum Corporation for the Joint Base San Antonio (JBSA) Mission Training Complex Capabilities Support (MTCCS) effort. This contract, valued as a Firm Fixed-Price Bridge Contract, will ensure the continuation of mission command training services at JBSA, following the expiration of the current task order on January 28, 2026. The services are critical for maintaining operational readiness and training for units stationed at JBSA, as no other contractor can provide the necessary expertise and resources without causing a significant break in service. Interested firms must express their capability to meet the requirements by December 24, 2025, and should direct their responses to Will Bass at willie.c.bass2.civ@army.mil.
    Limited Source Justification, Authority: FAR 8.405-6 and 40 U.S.C 501
    Interior, Department Of The
    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.
    Mortar Fire Control Systems (MFCS) Hardware and Operator New Equipment Training and Maintainer New Equipment Trainng (OPNET/MNET) Services
    Dept Of Defense
    The Department of Defense, through the U.S. Army Contracting Command–New Jersey, is seeking to extend the ordering period for the Mortar Fire Control Systems (MFCS) Hardware and Operator New Equipment Training and Maintainer New Equipment Training (OPNET/MNET) Services. This procurement involves a modification to Contract W15QKKN-17-D-0007, which will extend the ordering period by one year and increase the maximum contract value to facilitate the production, kitting, delivery, fielding, testing, and training associated with the Mortar Fire Control Systems. These systems are critical for enhancing the operational capabilities of U.S. Army units. Interested parties can reach out to Michael Samra at michael.w.samra.civ@army.mil or by phone at 973-724-3965, or contact Amy Sentner at amy.sentner.civ@army.mil or 609-562-5649 for further details.
    Residential Modular SCIF
    Dept Of Defense
    The Defense Information Systems Agency (DISA) is seeking to negotiate a sole source contract with Centurion Consulting LLC for the acquisition of a new modular Sensitive Compartmented Information Facility (SCIF) to be installed in a residence within the National Capital Region (NCR). The SCIF must comply with stringent standards, including Intelligence Community Directive (ICD) 705, a Sound Transmission Class (STC) rating of 56, and Transient Electromagnetic Pulse Emanation Standards (TEMPEST), while also incorporating an Intrusion Detection System (IDS) that meets Underwriters Laboratories (UL) 2050 standards. This procurement is critical as it ensures compatibility with existing systems and facilitates rapid redeployments and reconfigurations, given that Centurion Consulting LLC is the only vendor capable of providing the necessary components and services. Interested parties who believe they can meet these requirements must submit a capability statement within 7 days of this notice to Ms. Karoline Schmal at karoline.k.schmal.civ@mail.mil, as no formal solicitation will be posted due to the sole source nature of the contract.
    SOLE SOURCE – FDS TT&E UPGRADES
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure upgrades for the FDS TT&E system via a sole source contract. The objective of this procurement is to modify equipment related to aircraft components and accessories, ensuring enhanced operational capabilities. This upgrade is critical for maintaining the effectiveness and reliability of defense systems. Interested parties can reach out to Joshua Tester at joshua.e.tester.civ@us.navy.mil for further details regarding this opportunity.
    Sources Sought Announcement for Tactical Network Transport-On The Move (TNT-OTM)
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land at Aberdeen, is seeking suppliers for a Line-Replaceable Unit (LRU) identified by NSN: 5895-01-687-3085, which serves as a power supply in various Tactical Network Transport-On The Move (TNT-OTM) configuration items. The government requires that only parts identical in Form, Fit, and Function (FFF) to the original equipment manufacturer, INTELLIPOWER, INC, be supplied, as the technical data package (TDP) for the LRU is not available for release. Interested parties must submit their capabilities and relevant documentation, including a completed Contractor Questionnaire, by January 6, 2026, to the designated points of contact, Biruk Shiferaw and Sandra Pasko, via email.
    Cox Transport Circuits
    Dept Of Defense
    The Department of Defense, specifically the Naval Special Warfare Command, is seeking to procure a 200 Mbps transport circuit from Cox Communications between Naval Amphibious Base Little Creek and Joint Expeditionary Base Fort Story. This requirement is essential for extending the SOCOM SIE Network to support daily operations and mission requirements of NSW Commands at Fort Story. The procurement is classified as a sole source acquisition due to Cox Communications being the only provider with the necessary infrastructure in the area, making competitive bidding impractical. Interested parties can contact Kelly L. McNeill at kelly.mcneill@socom.mil for further information, noting that the contract will cover a one-year base period with four additional one-year options.
    Maintenance, Repair, and Upgrade of Existing Government-Owned Data Acquisition System Components/Related Software
    Dept Of Defense
    The Department of Defense, specifically the Army Contract Command - Redstone Arsenal, is seeking to award an Indefinite Delivery Indefinite Quantity (IDIQ) contract for the maintenance, repair, and upgrade of existing government-owned data acquisition system components and related software. The procurement aims to secure Data Acquisition Systems Integration Support, Hardware, and Instrumentation Software for the Technology Development Directorate-Aviation Systems Integration and Demonstration, Mission Systems Division, with the contract intended for Teletronics Technology Corporation. The anticipated award date is March 31, 2023, and the procurement will be conducted on a sole-source basis under the authority of 10 U.S.C. 2304(a)(1), with a justification for lack of competition included in the notice. Interested parties can reach out to Brandy Moneymaker at Brandy.L.Moneymaker.civ@army.mil or Bethany Rosser at bethany.r.rosser.civ@army.mil for further inquiries.